HomeMy WebLinkAbout8081RESOLUTION NO 8081
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF REDLANDS
APPROVING ANNUAL PURCHASE ORDERS FOR THE CITY'S
FACILITIES AND COMMUNITY SERVICES DEPARTMENT FOR FISCAL
YEAR 2020-21
WHEREAS, the Facilities and Community Services Department regularly purchases a
variety of supplies and services from to support City operations pursuant to bids for products and
services in accordance with the Redlands Municipal Code, and
WHEREAS, for fiscal year 2020-21, to support City operations and in accordance with
the City's purchasing policy, the following sole/single source purchase order requests,
cooperative purchase orders, and agreements have been prepared for the City Council's
consideration and are attached hereto as Exhibits "A," "B," and "C," respectively,
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Redlands as
follows
Section 1. The City Council hereby approves the sole/single source purchase order
requests for Fiscal Year 2020-21 with Rush Truck Centers c/o Interstate Billing Services, San
Bernardino County Landfill, Ray Gaskm Service Inc , Amrep, and Clean Energy Cryogenics, a
subsidiary of Clean Energy
Section 2 The City Council hereby approves the intergovernmental/piggyback
(cooperative) purchase order with Superior Automotive Warehouse c/o Napa Auto Parts for the
supply of as -needed auto parts m an amount not to exceed $121,000
Section 3 The City Council hereby approves an agreement with AW Associates,
Inc , for fuel site Designated Operator, maintenance, and repair services m an amount not to
exceed $64,330 for a period of one year, with two additional one-year renewal options bringing
the total to an amount not to exceed $192,990
Section 4 The City Council hereby approves an agreement with Bronson
Investments, Inc , for the provision of lift equipment maintenance and repair m an amount not to
exceed $116,003 98 for a period of one year, with two additional one-year renewal options
bringing the total to an amount not to exceed $348,011
Section 5 The City Council hereby approves an agreement with Fairview Ford Sales
Inc , for the provision of auto body repair services in an amount not to exceed $73,880 00 for a
period of one year, with two additional one-year renewal options brmgmg the total to an amount
not to exceed $221,640
Section 6. The City Council hereby approves an agreement with On Power Industnes
for the provision of generator repair service and preventative maintenance m an amount not to
1
11Resolutions\Res 8000 8099\8081 FCS Annual POs FY 20 21 docx
exceed $30,530 for a period of one year, with two additional one-year renewal options bringing
the total to an amount not to exceed $91,590
Section 7 The City Council hereby approves an agreement with Quinn Company for
the provision of maintenance and service for heavy duty off-road equipment in an amount not to
exceed $204,500 for a period of one year, with two additional one-year renewal options bringing
the total to an amount not to exceed $613,500
Section 8 The City Council hereby approves an agreement with Wastebuilt
Environmental Solutions, LLC for the provision of solid waste refuse collection truck parts m an
amount not to exceed $129,370 10 for a period of one year, with two additional one-year renewal
options bringing the total to an amount not to exceed $388,110 30
Section 9 The City Council hereby approves the single source purchase orders with
Rush Truck Centers c/o Interstate Billing Services, San Bernardino County Landfill, Ray Gaskin
Service Inc , Amrep, Clean Energy Cryogenics, a subsidiary of Clean Energy; the cooperative
purchase order with Superior Automotive Warehouse c/o Napa Auto Parts, and the
agreements/purchase orders with AW Associates, Inc , Bronson Investments, Inc , Fairview Ford
Sales, Inc , On Power Industnes, Quinn Company, and Wastebuilt Environmental Solutions
LLC, are approved
Section 10 The City Council hereby determines that the approval of the five (5)
sole/single source purchase orders, one (1) cooperative purchase order, and six (6) agreements
described in this resolution are exempt from environmental review pursuant to Section
15061(b)(3) of the State's Guidelines implementing the Cahfornia Environmental Quality Act
ADOPTED, SIGNED AND APPROVED this 16th day of June, 2020
ATTEST
e Donaldson, City Clerk
2
1 1Resolutions\Res 8000-8099\8081 FCS Annual POs FY 20 21 docx
Paul W Foster, Mayor
I, Jeanne Donaldson, City Clerk of the City of Redlands, hereby certify that the foregoing
Resolution was duly adopted by the City Council at a regular meetmg thereof, held on the 16th
day of June, 2020, by the following vote
AYES Councilmembers Barieh, Tejeda, Momberger, Davis, Mayor Foster
NOES None
ABSTAIN' None
ABSENT None
Je Donaldson, City Clerk
3
1 1Resolutions\Res 8000 8099/8081 FCS Annual POs FY 20-21 docx
Exhibit "A"
Sole/Single Source Purchase Orders
Staff is requesting approval for the annual purchase orders for the following sole/single source
vendors for the not -to exceed amounts as described below
Staff is requesting a single source annual purchase order with Rush Truck Centers c/o Interstate
Billing Services The requested parts are specific to Peterbilt make trucks within the City's fleet,
Original Equipment Manufacturer (OEM) parts have unique design features that cannot be
replaced by non -OEM parts Use of alternate parts would void manufacturer warranty Rush
Truck Centers is an approved seller and distributor of Peterbilt OEM parts, their location is in
Fontana, CA, 17 miles from the corporate yard The next closet vendor is Golden State Peterbilt
in Bakersfield, CA, 177 miles away from the corporate yard
Original Equipment Manufacturer (OEM) Peterbilt Parts
Vendor
Purchase Order Request
Rush Truck Centers c/o Interstate Billing
Services
$60,000
Staff is requesting a single source annual purchase order with the San Bernardino County San
Timoteo Canyon Landfill for the disposal of bulky solid waste items San Timoteo Canyon
Landfill is the only landfill within the vicinity licensed to accept bulky items Bulky items consist
of items that have a poor compaction rate such as mattresses, palm fronds, and appliances By
hauling these materials to the San Timoteo Canyon Landfill, the amount entering the City -
owned California Street Landfill is minimized, lessoning the impact for the usage of available
airspace and adding valuable lifespan to the City's landfill The requested amount of $121,000 is
based on historical expenditures
Collection of Bulky Solid Waste Items
Vendor
Purchase Order Request
San Bernardino County
$121,000
4
11ResolutionslRes 8000 8099\8081 FCS Annual POs FY 20 21 docx
Staff is requesting a single source annual purchase order with Clean Energy Cryogenics, a subsidiary of
Clean Energy to fulfill all scheduled maintenance to include general up -keep and emergency
maintenance as needed Clean Energy Cryogenics will also replace any inoperable pumps, including parts
and supplies Clean Energy Cryogenics is the primary source for technicians, equipment, and supplies to
provide services to the City's LNG station While there are other companies that provide maintenance
and repair services, these other companies cannot offer technicians who are experienced with the
specific equipment that was installed by Northstar Inc, in 2103 Using another source would cause
significant delays in repairs and substantially higher rates for technicians and higher cost for parts,
resulting in extended downtime in LCNG sales
Fuel Island Maintenance Service, and Parts
Vendor
Purchase Order Request
Clean Energy Cryogenics, a subsidiary of Clean Energy
$90,000
Staff is requesting a single source annual purchase order with Ray Gaskin Service Inc The
requested parts are specific to New Way make trucks within the City's fleet, Original Equipment
Manufacturer (OEM) parts have unique design features that cannot be replaced by non -OEM
parts Use of alternate parts would void manufacturer warranty Ray Gaskin Service Inc , is an
approved seller and distributor of New Way OEM parts, theft location is in Fontana, CA, 17
miles from the corporate yard The next closet vendor is Ruckstell California Sales Co in Fresno,
CA, 279 miles away from the corporate yard
Original Equipment Manufacturer (OEM) New Way Parts
Vendor
Purchase Order Request
Ray Gaskin Service Inc
$200,129 23
Staff is requesting a single source annual purchase order with Amrep The only manufacturing
source and provider of original Amrep bodies and parts are specific to Solid Waste trucks within
the City's fleet, Original Equipment Manufacturer (OEM) parts have unique design features that
cannot be replaced by non -OEM parts Use of alternate parts would void manufacturer
warranty Amrep Inc , is an approved manufacturer, their location is in Ontario, CA, 28 miles
from the corporate yard
Original Equipment Manufacturer (OEM) New Way Parts
Vendor
Purchase Order Request
Amrep
$100,000
5
E \Resoiutions\Res 8000 8099/8081 FCS Annual POs FY 20-21 docx
Exhibit "B"
Cooperative Purchase Orders
Staff followed the City's procurement policies in regard to an existing cooperative contract agreement
for Public Utility Equipment/Services with Sourcewell (formally the National Joint Powers Alliance or
NJPA) By utilizing the Sourcewell cooperative purchasing, the City can benefit from previously posted
bid packages that have been competitively bid and awarded in conformance with the City's
procurement policies Agencies can review bid results from more than 50,000 government, education,
and nonprofit organizations and draw from the terms and pricing for like units and vehicles
Staff is recommending the that the City Council approve the Sourcell (NJPA) cooperative purchase order
with Napa Auto Parts through the Sourcewell Contract Number 062916-gpc for the supply of as -needed
auto parts The requested annual purchase order in the amount of .$121,000 is based on historical
expenditures
Supply of As -needed Auto Parks
Vendor
Purchase Order Request
Superior Automotive Warehouse c/o Napa
Auto Parts
$121000
6
11Resoluuons\Res 8000 8099\8081 FCS Annual POs FY 20-21 docx
Exhibit "C"
Annual Agreements
AW Associates, inc.
Bronson Investments, Inc
Fairview Ford Sales, Inc.
On Power Industries
Quinn Company
Wastebuilt Environmental Solutions, LLC
7
I IResolutions\Res 8000 8099/8081 FCS Annual POs FY 20 21 docx
NPS 2 1 (2/26/20)
AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES
FOR EQUIPMENT AND SUPPLIES
This agreement for the provision of fuel site Designated Operator, maintenance, and
repair services ("Agreement") is made and entered in this 16th day of June, 2020 ("Effective
Date"), by and between the City of Redlands, a municipal corporation ("City") and AW
Associates, Inc ,("Contractor") City and Contractor are sometimes individually referred to
herein as a "Party" and, together, as the "Parties " In consideration of the mutual promises
contained herein, City and Contractor agree as follows.
ARTICLE 1 — ENGAGEMENT OF CONTRACTOR
1 1 Effective July 1, 2020, City hereby engages Contractor to perform fuel site Designated
Operator, maintenance, and repair services for City (the "Services")
1 2 The Services shall be performed by Contractor in a professional manner, and Contractor
represents that it has the scull and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional Contractors in the industry providing like and similar types of Services
ARTICLE 2 — SERVICES OF CONTRACTOR
2 1 The Services that Contractor shall perform are more particularly descnbed in Exhibit
"A," titled "Scope of Services," which is attached hereto and incorporated herein by
reference
2 2 Contractor shall comply with applicable federal, state and local laws and regulations in
the performance of this agreement including, but not limited to, State prevailing wage
laws
ARTICLE 3 — RESPONSIBILITIES OF CITY
3 1 City shall make available to Contractor information in its possession that may assist
Contractor m performing the Services
3 2 City designates Christopher Boatman, Facilities and Community Services Director, as
City's representative with respect to performance of the Services, and such person shall
have the authority to transmit instructions, receive information, interpret and define
City's policies and decisions with respect to performance of the Services
ARTICLE 4 — PERFORMANCE OF SERVICES
4 1 The effective term of this Agreement shall be for a period of one (1) year from July 1,
2020 through June 30, 2021 (the "Initial Term") The City shall have the option to
extend the Initial Term of this Agreement by two (2) additional one-year terms (each, an
"Extended Term"), on the same terms and conditions, by providing written notice to
Contractor at least thirty (30) days prior to the expiration of the Initial Term or any
1
L Icaldjm\Agreements\AW Associates Inc Agreement NPS -2 1 docp
NPS -2 1 (2/26/20)
Extended Term The Initial Term and the Extended Terms are collectively referred to
herein as the "Term" of this Agreement
4 2 If Contractor's Services include deliverable electronic visual presentation materials, such
materials shall be delivered in a form, and made available to the City, consistent with
City Council adopted policy for the same It shall be the obligation of Contractor to
obtain a copy of such policy from City staff
ARTICLE 5 — PAYMENTS TO CONTRACTOR
5 1 The compensation for Contractor's performance of the Services shall not exceed the
amount of Sixty Four Thousand Three Hundred Thirty Dollars ($64,330) for the Services
provided during the Initial Term Should this Agreement be extended, the compensation
for Contractor's performance for the Services shall not exceed the amount of Sixty Four
Thousand Three Hundred Thirty Dollars ($64,330) for the first Extended Term, and Sixty
Four Thousand Three Hundred Thirty Dollars ($64,330) for the second Extended Term,
bringing the total possible amount of compensation to a not -to -exceed amount of One
Hundred Ninety Two Thousand Nine Hundred Ninety Dollars ($192,990) For the Initial
Term and each Extended Term, City shall pay Contractor on a time and materials basis
up to the not to not -to -exceed amount in accordance with the rates specified in Exhibit
C `," titled `Tow and Fee Information," which is attached hereto and incorporated herein
by reference ft6
5 2 Contractor shall submit monthly invoices to City describing the Services performed
during the preceding month Contractor's invoices shall include a brief description of the
Services performed, the dates the Services were performed, the number of hours spent
and by whom, and a description of reimbursable expenses related to the Services City
shall pay Contractor no later than thirty (30) days after receipt and approval by City of
Contractor's invoice
5.3 Any notice or other communication required, or which may be given, pursuant to this
Agreement, shall be in writing Any such notice shall be deemed delivered (1) on the date
of delivery in person, (u) five (5) days after deposit in first class registered mail, with
return receipt requested, (in) on the actual delivery date if deposited with an overnight
courier, or (iv) on the date sent by facsimile, if confirmed with a copy sent
contemporaneously by first class, certified, registered or express mail, in each case
properly posted and fully prepaid to the appropriate address set forth below, or such other
address as a Party may provide notice in accordance with this section
City
City Clerk
City of Redlands
35 Cajon Street
P 0 Box 3005 (mailing)
Redlands, CA 92373
jdonadlson@cityofredlands org
(909) 798-7531
2
L lcaldjmlAgreementslAW Associates Inc Agreement NPS 2 1 docjn
Contractor
Kathy Wilkerson, President
AW Associates, Inc.
PO Box 2903
Corona, CA 92878
Kathy@awassociatescorp coin
(951) 372-9319
(951) 346-3133
NPS -2 1 (2/26/20)
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6 1 The following insurance coverage required by this Agreement shall be maintained by
Contractor for the duration of its performance of the Services Contractor shall not
perform any Services unless and until the required insurance listed below is obtained by
Contractor Contractor shall provide City with certificates of insurance and endorsements
evidencing such insurance prior to commencement of the Services Insurance policies
shall include a provision prohibiting cancellation or modification of the policy except
upon thirty (30) days prior written notice to City
A Workers' Compensation and Employer's Liability insurance in the amount that meets
statutory requirements with an insurance carrier acceptable to City, or certification to
City that Contractor is self-insured or exempt from the workers' compensation Iaws
of the State of California Contractor shall execute and provide City with Exhibit "D,"
titled "Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, prior to performance of the Services
B Comprehensive General Liability insurance with carriers acceptable to City in the
minimum amount of One Million Dollars ($1,000,000) per occurrence and Two
Million Dollars ($2,000,000) aggregate, for public liability, property damage and
personal injury is required. City shall be named as an additional insured and such
insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City
C Business Auto Liability coverage, with minimum limits of One Million Dollars
($1,000,000) per occurrence, combined single limit bodily injury liability and
property damage liability. This coverage shall include all Contractor owned vehicles
used in connection with Contractor's provision of the Services, hired and non -owned
vehicles, and employee non -ownership vehicles City shall be named as an additional
insured and such insurance shall be primary and non-contributing to any insurance or
self-insurance maintained by City
6 2 Contractor shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses or liability, including
attorneys' fees, arising from injury or death to persons or damage to property occasioned
by any negligent act or omission by, 01 the willful misconduct of, Contractor, or its
officers, employees and agents in performing the Services
ARTICLE 7 — CONFLICTS OF INTEREST
7 1 Contractor covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement or any other source of
income, interest in real property or investment that would be affected in any mannei or
degree by the performance of Contractor's Services Contractor further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement
3
L lcaldjnzlAgreements'AW Associates Inc Agreement NPS 2 1 doejn
NPS -2 1 (2/26/20)
7 2 Contractor agrees it is not a designated employee within the meaning of the Political
Reform Act because Contractor.
A Does not make a governmental decision whether to
(i) approve a rate, rule or regulation, or adopt or enforce a City law,
(11) issue, deny, suspend or revoke any City permit, license, application,
certification, approval, order or similar authorization or entitlement,
(iii) authorize City to enter into, modify or renew a contract;
(iv) grant City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract,
(v) grant City approval to a plan, design, report, study or similar item,
(vi) adopt, or grant City approval of, policies, standards or guidelines for City
or for any subdivision thereof
B Does not serve in a staff capacity with City and, in that capacity, participate in
making a governmental decision or otherwise perform the same or substantially the
same duties for City that would otherwise be performed by an individual holding a
position specified m City's Conflict of Interest Code under Government Code section
87302
7 3 In the event City determines that Contractor must disclose its financial interests,
Contractor shall complete and file a Fair Political Practices Commission Form 700,
Statement of Economic Interests, with the City Clerk's office pursuant to the written
instructions provided by the City Clerk
ARTICLE 8 — GENERAL CONSIDERATIONS
8 1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party
8.2 Contractor shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms and conditions of this Agreement Any
assignment or attempted assignment without such prior wntten consent may, in the sole
discretion of City, results in City's immediate termination of this Agreement.
8 3 Contractor is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor Neither City nor any of its agents
shall have control over the conduct of Contractor or Contractor's employees, except as
herein set forth Contractor shall supply all necessary tools and instrumentalities required
to perform the Services Assigned personnel employed by Contractor are for its account
only, and in no event shall Contractor or personnel retained by it be deemed to have been
employed by City or engaged by City for the account of, or on behalf of City Contractor
shall have no authority, express or implied, to act on behalf of City in any capacity
4
L IcaldjmlAgreementslAW Associates Inc Agreement NPS 2 1 docdn
NPS -2 1 (2126/20)
whatsoever as an agent, nor shall Contractor have any authority, express or implied, to
bind City to any obligation
8 4 This Agreement may be terminated by City, in its sole discretion, by providing not less
than ten (10) days prior written notice to Contractor of City's intent to terminate If this
Agreement is terminated by City, an adjustment to Contractor's compensation shall be
made, but (1) no amount shall be allowed for anticipated profit or unperformed Services,
and (2) any payment due Contractor at the time of termination may be adjusted to the
extent of any additional costs to City occasioned by any default by Contractor Upon
receipt of a termination notice, Contractor shall immediately discontinue its provision of
the Services and, within five (5) days of the date of the termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of project related data, drawings, specifications, reports, summaries and such
other information and materials as may have been accumulated by Contractoi in
performing the Services Contractor shall be compensated on a pro -rata basis for Services
completed up to the date of termination
8 5 Contractor shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services for a period of three (3)
years, or for any longer period required by law, from the date of final payment to
Contractor pursuant to this Agreement Such books shall be available at reasonable times
for examination by City at the office of Contractor
8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement Except as otherwise provided for herein, any
amendment to this Agreement shall be in writing, approved by City and signed by City
and Contractor
8 7 This Agreement shall be governed by and construed in accordance with the laws of the
State of Califorma
8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void or unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remainder of this Agreement
and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs 01
sections contained herein, unless to do so would deprave a Party of a material benefit of
its bargain under this Agreement
5
L 1caldjmlAgrecmentslAW Associates Inc Agreement NPS -2 i docjn
NPS -2 1 (2/26/20)
IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed
in confirmation of this Agreement
CITY OF REDLANDS AW ASSOCIATES, INC
BY ( ��
Ill W. Foster, Mayor Kathy Wilkerson, President
By
ATTEST
e Donaldson, City Clerk
6
L 1caldimlAgreementslAW Associates Inc Agreement NPS -2 1.docjn
NPS -2 1 (2/26/20)
EXHIBIT 'TA"
SCOPE OF SERVICES
Contractor shall provide Designated Underground Storage Tank (UST) Operator Services as well as
testing, maintenance and repair services for its UST/AST fuel sites
Contractor must be a certified California UST System Operator Services will include 30 Day
inspections, annual & triennial testing, compliance management, maintenance, and repairs as required
by Federal, State, and Local regulations pertaining to UST and AST
City Corporate Yard - Hours of Operation
Monday through Friday open from 6am to 5pm
LICENSE/CERTIFICATES
Contractor, Contractor's Employees and Contractor's Subcontractors shall provide copies of valid
licenses and certificates for testing and repair of Monitoring systems, Tank and Piping systems,
Dispensers, and related Equipment, including but not limited to (Veeder Root) Monitoring
Equipment, Secondary Containment (S8989), Vapor Recovery, Healy, Contractors License, and
HazWoper Certificates for each employee and/or subcontractor and their employees who may be
on the job site These licenses and certificates shall be kept up to date and current during the entire
duration of the contract and must be presented upon request by any Federal, State, or Local
Official No Contractor, Contractor's Employees and Contractor Subcontractors shall perform
work on Equipment for Sites that require such licenses or certificates without said
license/certificate being current and valid
i.IOUIDpTF.D DAMAGF.0
Uninterrupted fuel provision at City sites is our goal Time is of the essence If response by
contractor to the site is not within the time stated, contractor acknowledges and agrees that such
delay would seriously affect the public welfare and the operation of the City and those damages
for such delay would be impractical or extremely difficult to determine The parties agree that the
sum of $ 125 per hour (for Emergency Service calls) for each hour of delay for each situation shall
be fixed as liquidated damages (and not as penalty or forfeiture for breach) Liquidated damages
shall apply where response is delayed beyond the time stated
WARRANTY
Contractor shall warrant/guarantee all parts and work done hereunder against, failure due to
defective material and/or faulty workmanship from date of acceptance of the work by the City of
Redlands for a minimum of one (1) year
State warranty period for workmanship/labor One (1) year
State warranty period for parts/equipment One (1) year
7
L lea\djm\Agreements\AW Associates Inc Agreement NPS -2 1 docjn
NPS -2 1 (2/26/20)
VENDOR CONTACT INFORMATION
Name of a person that will be the City's contact for order placement, order problems or special needs,
etc
PRIMARY CONTACT -
Contact Name
Katie Wilkerson
Contact Direct Phone (951) 317-7143
Contact Fax
(951) 346-3133
Contact E-mail
Katie@awassociatescorp com
REPAIR MAICNTESANCE
Provide the following information listed below.
Normal Business Hours 8 A M to 5 P M
After-hours Phone Number (951) 313-3934
• Response by phone required within thirty (30) minutes and onsite response required within two
(2) hours of service call Liquidated damages shall apply if response by contractor to the site is
not within the time started
• No more than one (1) Service Technician shall be allowed per service call without prior approval
from the City
8
L 1caldjmlAgrccments\AW Associates Inc Agreement NPS 2 1 doc jn
NPS -2 1 (2/26/20)
EXHIBIT "B"
SPECIFICATIONS
Contractor shall have valid Designated UST Operator(s) certification(s) A list of
employee names, qualifications including copies of current International Code Council
(ICC) certification(s) and expiration dates for persons conducting the Designated UST
Operator services shall be provided with the bid The City would prefer that the
Designated Operator is also an ICC Certified UST Service Technician
The Designated UST Operator shall provide general oversight of the UST program with
specific emphasis on regulatory compliance issues The Designated UST Operator shall
fulfill the responsibilities set out in Title 23 of the California Code of Regulation,
Chapter 16, Statute §2715 and §2716
REQUIREMENTS
COMMENTS
1 30 -Day Inspections- Inspections shall include,
but not be limited to the following
la Alarm History - For UST sites monitored with
a Veeder Root leak monitoring system, print and
review the alarm history for the past month
lb Alarms - Investigate all leak, liquid level,
vacuum, brine, communication, and LLD alarms -
Determine what caused the alami and what action
was taken in response to the alarm Confirm that
the response was appropriate For containment -
sump liquid alarms that have occurred since the
last monthly inspection, review the service call
record If there is no record of a visit by an ICC -
certified service technician, visually inspect the
containment sump for the presence of liquid or
debris
lc Inspect Spill Containment - Check for the
presence of liquid or debris in the spill buckets If
liquid is present, determine if the Iiquid is the
result of water intrusion or overfill If necessary,
clean affected spill buckets at time of inspection
le Sumos - It is the DO's responsibility to open
and inspect every sump (including transition
sumps) during the monthly inspection If
necessary, clean affected sumps at time of
inspection
9
L IcaldjmlAgreementslAW Associates Inc Agreement NPS -2 1 docin
NPS 2 I (2/26/20)
REQUIREMENTS
COMMENTS
If Leak Detection Sensors — All leak detection
sensors must be redundant and properly placed,
meaning each sensor is placed so that it is capable
of continuously detecting a leak at the earliest
possible opportunity Sensors in UDCs and sumps
must be continuous, tamper -proof, positioned at
true vertical and located at the lowest point
lg Test Overfill Alarm - Test the audible and
visual overfill alarm on systems, if equipped Test
output relay, if applicable
lh Visual Site Inspection - At fueling sites,
visually inspect the hoses, breakaways and nozzles
for leaks, or seeping, and check dispensers and
card readers for external integrity If present,
inspect aboveground piping and hoses for leaks
and seeping At generator sites, check the day
tank, the generator, and all aboveground piping for
leaks and seeping For any deficiencies observed,
notify Fuel Operations Program Officer/designee
immediately Tag out affected fueling positions for
any hanging hardware issues observed
11 Test and Maintenance Documentation - Review
documentation to confirm that all testing,
maintenance and certifications have been
conducted within the proper time periods This
includes a review of alI California State Water
Resources Control Board, California Air
Resources Board, South Coast Air Quality
Management District and local CUPA
requirements
lj Training Verification - Review the Facility
New employees certified
within 30 days of hire
Employee Training Log to verify that all Facility
Employees have been trained as required
1 k Compile results of the monthly inspection and
suggested corrective action (where applicable) in a
typed report (with Veeder Root Alarm History
printout) on the Title 23 Appendix VIII form and
Ieave it on site Also submit and electronic copy of
the inspection report and alarm history to the Fleet
Superintendent and/or City Representative
2 FACILITY EMPLOYEE TRAINING — In
accordance with Title 23 of the California Code of
Regulation, Chapter 16, Statue §2715, provide
annual training to all existing facility employees,
and all new facility employees prior to the City
employee assuming their duties Training shall
include, but not be limited to the following topics
a) Best Management Practices
10
L 1ca\djm'AgreementslAW Associates Inc Agreement NPS -2 1 doe Jn
NPS -2 1 (2/26/20)
REQUIREMENTS
COMMENTS
i Record Keeping
it Preventive Maintenance
in Delineation of Responsibility
iv Knowing your system and the spill response
kit
iiv Compliance with all regulations
b) The Monitoring System
i Explanation of how the system is
monitored, is redundant, and is continual
ii The Monitoring Panel and how to respond
to an alarm, including, but not limited to the name
of a contact person for emergencies and
monitoring equipment alarms
c) Spills and Overfill Response - Provide
training that covers the procedures to follow in
the event of an unauthorized release,
i Emergency Contacts - Location of posted
contacts list
ii Proper Operation of the Fueling System
d) 3 SITE REPAIR NOTIFICATION - In the
In addition to Designated
Operator calling Fleet
Superintendent, our TMC will
email Fleet Superintendent with
information & updates on any
problems or concerns
discovered by D 0
event that the Designated UST Operator discovers
a sub -standard condition at a UST site or a
situation that is non-compliant, the Designated
UST Operator shall call the Fleet Superintendent
or their representative to initiate a service call to
bring the site up to compliance
REQUIREIVMENTS FOR DESIGNATED UST OPERATOR
Provide a detailed resume of the Contractor's Designated UST Operator(s) that will fulfill this contract
As a minimum, the vendor's Designated UST Operator(s) shall have
REQUIREMENTS
a) A current California UST System Operator
Certification
b) At least four years of experience as a
Designated UST Operator for a major
municipality
c) Excellent written and oral communication
skills
d) A detailed knowledge of all CUPA and
SCAQMD documentation required for
USTs in the City of Redlands
11
L lealdtimlAgreements\AW Associates Inc Agreement NPS 2 1 dac.p
NPS -2 1 (2/26/20)
REQUIREMENTS
e) A good working relationship with the local
CUPA
f) A detailed knowledge of the UST sites
Contractor will keep a site specific
equipment information sheet for each
site
g) Excellent references (four total) - Two
municipal customers, one industry
professional and one Redlands -area
CUPA inspector
ADDITIONAL CONSIDERATIONS•
a) The Designated Operator also has a
California UST Service Technician
Certification
FUEL SITE REPAIR, MAINTENANCE, TESTING AND ALARM RESPONSE
The City requires maintenance of fuel sites that includes furnishmg and delivering parts,
supplies, and accessories for gasolme and diesel dispensers, UST/AST Additional miscellaneous
items such as pumps, plumbing, tanks, nozzles and monitoring systems may also be requested
Contractor shall have an adequate supply of replacement parts available on the service trucks
The supplies shall include various Veeder-Root sensors (at least one of each type), Veeder-Root
probe cables, spill bucket dram valves (at least one of each type), mechanical line leak detector
and hanging hardware for a typical Gasoline and Diesel dispenser The City lists the current
equipment m appendix A
Contractor shall be licensed and/or certified to perform all specific tests, repairs and alarm
responses in compliance with all City, State and Federal regulatory agencies and in accordance
to Departmental needs Contractoi shall provide proof of certifications at the City's request
Fixed quotes may be required for projects and/or repairs Contractor shall notify Fleet
Superintendent and/or City Representative for any work that will exceed $1,000.00
Contractor shall provide the City with their list of petroleum equipment supply vendors. Written
confirmation from the parts vendor shall be provided to the City if the contractor is unable to
obtain the parts within 48 hours Failure to provide written confirmation could result in
liquidated damages
Upon completion of test, Contractor shall submit an electronic copy of the test results and
printouts to Fleet Superintendent and the proper regulatory Agency (Testing and Inspections
include but are not limited to the Sites hsted on Appendix A) The contractor is responsible for
disposing all waste generated during testing events
REQUIREMENTS FOR DESIGNATED UST OPERATOR
12
L Ica\djm\Agreements\AW Associates Inc Agreement NPS 2 1 doc jn
NPS 2 1 (2/26/20)
Contractor, Contractor's Employees and Contractor's Subcontractors shall abide by all of the
following requirements
REQUIREMENTS
a) Contractor, Contractor's Employees and
Contractor's Subcontractors shall wear uniforms
with Company Name and Employee Name tag
visible and Company Vehicle must be properly
masked with Company's Name
b) Contractor, Contractor's Employees and
Contractor's Subcontractors shall perform all
work in accordance to all City, State, and
Federal Safety Standards and Regulations
Contractor shall obtain a copy of the City's
Safety Policies and Procedures from the City's
Risk Management Office
c) Upon entering the Job Site, Contractor,
Contractor's Employees and Contractor's
Subcontractors shall check in with a City
Employee (in person or by phone) and document
start time an work order Upon job completion,
Contractor shall document time completion and
have work order signed by a City Employee
d) The Fleet Superintendent will identify the type of
service response required when the request for
service is initiated
di) EMERGENCY RESPONSE Phone response
with 30 minutes of the initial call Arrival on site
within 2 hours of phone confirmation
d2) Non -EMERGENCY RESPONSE
Confirmation of onsite arrival the next
business day
d3) GENERAL SERVICE REQUEST Service
needs to be completed prior to the next
Designated Operator Inspection
13
L lealdimlAgreements\AW Associates Inc Agreement NPS -2 1 docjn
NPS 2 1 (2/26/20)
EXHIBIT "C"
(Fee and Fee Information)
DESIGNATED OPERATOR SERVICES
Item
Num
Item Description
Estimated
Quantity
(A)
Unit of
Measure
(B)
Unit Price
(C)
Total Amount
(D)
Calculation Formula
(A) x (C) = (D)
1
30 -Day Designated UST Operator
Inspection
12
Each
$ 140 00
$ 1,680 00
2
Training Per Employee
5
EA
$ 40 00
$ 200 00
3
Meetings
12
EA
$ 200 00
$ 2,400 00
TESTING SERVICES
4
Annual AST Inspection
1
LT
$ 125.00
$ 125.00
5
Annual Monitor Certification,
Spill Bucket and Line Leak
Detector Test
3
LT
$ 500 00
$ 1,500 00
6
Annual Monitor Certification,
Spill Bucket and Line Leak
Detector RETEST
3
LT
$ 350 00
$ 1,050 00
7
Annual Vapor Recovery Test
3
LT
$ 650 00
$ 1,950 00
8
Annual Vapor Recovery Test
RETEST
3
LT
$ 350 00
$ 1,050 00
9
Secondary Containment Testing
3
LT
$ 1,300 00
$ 3,900 00
10
Secondary Containment Testing
RETEST
3
LT
$ 650 00
$ 1,950 00
MAINTENANCE AND REPAIR SERVICES
11
Maintenance and Repairs - Same
Business Day Labor Rate Straight
Time
9
HR
$ 115 00
$ 1,035 00
12
Maintenance and Repairs - Same
Business Day Labor Rate Over
Time
9
HR
$ 135 00
$ 1,215 00
13
Maintenance and Repairs - Same
Business Day Labor Rate Double
Time
9
HR
$ 150.00
$ 1,350 00
14
Maintenance and Repairs - Same
Business Day Travel
9
HR
$ 50 00
$ 450 00
15
Maintenance and Repairs - Next
Business Day Labor Rate Straight
Time
9
HR
$ 115 00
$ 1,035 00
16
Maintenance and Repairs - Next
Business Day Labor Rate Over
Time
9
HR
$ 135 00
$ 1,215 00
14
L Icaldim\Agreements\AW Assoc ates Inc Agreement NPS 2 1 doc.in
NPS -2 1 (2/26/20)
17
Maintenance and Repairs - Next
Business Day Labor Rate Double
Time
9
HR
$ 150 00
$ 1,350 00
18
Maintenance and Repairs - Next
Business Day Travel
9
HR
$ 50 00
$ 450 00
19
Maintenance and Repairs -
Emergency Calls - Minimum Time
(if any)
2
HR
$ 125 00
$ 250 00
20
Maintenance and Repairs -
Emergency Call Out charge during
regular business hours
9
HR
$ 125 00
$ 1,125 00
21
Maintenance and Repairs -
Emergency Call Out charge during
non -business hours
9
HR
$ 190 00
$ 1,710 00
22
Maintenance and Repairs -
Emergency Call Travel
2
HR
$ 62 50
$ 125 00
23
Alarm Response - Minimum time
charge
2
HR
$ 115 00
$ 230 00
24
Alarm Response - During regular
business hours
9
FIR
$ 115 00
$ 1,035 00
25
Alarm Response - During non-
business hours
9
HR
$ 150 00
$ 1,350 00
26
Alarm Response - Travel
2
HR
$ 50 00
$ 100 00
SUBTOTAL (1 - 26)
$ 29,830.00
Est'd Net
Cost of
Parts
Bidder's mark-up
percentage (ex' 10%,
15%, 25%)
TOTAL
AMOUNT
(see Note 1)
(A)
(B)
(C)
(A) x (B) +
(A) = (C)
27
*MISC REPLACEMENT PARTS
(page 21)
$30,000
15%
$ 34,500 00
GRAND
TOTAL.
(1) THRU
(27)
8 64,330.00
PARTS (discount on Parts Costs)
Name of Flat Rate Manual (if applicable)
Name of Parts Price Sheet (if applicable).
Note 1 Example of Calculating the Bidder's Total Amount. The estimated net cost of Thirty
Thousand Dollars ($30,000) (A) at a Bidder's mark-up percentage 5% (B), plus the estimated net
cost (A), will result in a Total Price of Thirty One Thousand Five Hundred Dollars ($31,500) (C)
(($30,000 x 5%) +$31,500).
Note 2 The above quantities for labor and parts are estimates used for bid purposes The
Equipment Maintenance Division will not guarantee a minimum of labor and parts for the work
15
L ica\djm\AgreementslAW Associates Inc Agreement NPS -2 1 doc.in
NPS 2 1 (2/26120)
EXHIBIT "D"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Every employer, except the State, shall secure the payment of compensation in one or more of
the following ways
(a) By being insured against liability to pay compensation by one or more insurers
duly authonzed to wnte compensation insurance in this State
(b) By securing from the Director of Industrial Relations, a certificate of consent to
self -insure, either as an individual employer, or as one employer In a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self -insure and to pay any compensation that
may become due to his or her employees
CHECK ONE
I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or to undertake self-
insurance
elfinsurance in accordance with the provisions of that Code, and 1 will comply with such provisions
before commencing the performance of the work and activities required or permitted under this
Agreement (Labor Code §1851)
I affirm that at all times, m performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any manner such that I become subject to the
workers' compensation laws of California However, at any time, if I employ any person such
that I become subject to the workers' compensation laws of California, immediately I shall
provide the City with a certificate of consent to self-msure, or a certification of workers'
compensation insurance
I certify under penalty of perjury under the laws of the State of California that the information
and representations made in this certificate are true and correct
AW ASSO IATES, INC
By
Kathy t rson, Presid t
16
L lcald}m\AgreementslAW Associates Inc Agreement NPS -2 1 doc jn
Date 6//2 ZDV]
NPS 2 1 (2/26/20)
AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES
FOR EQUIPMENT AND SUPPLIES
This agreement for the provision of Iift equipment maintenance and repair ("Agreement")
is made and entered in this 16th day of June, 2020 ("Effective Date"), by and between the City of
Redlands, a municipal corporation ("City") and Bronson Investments, Inc , ("Contractor") City
and Contractor are sometimes individually referred to herein as a "Party" and, together, as the
"Parties " In consideration of the mutual promises contained herein, City and Contractor agree as
follows
ARTICLE 1 — ENGAGEMENT OF CONTRACTOR
1 1 Effective July 1, 2020, City hereby engages Contractor to perform lift equipment
maintenance and repair services for City (the "Services")
1 2 The Services shall be performed by Contractor in a professional manner, and Contractor
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by othei practicing
professional Contractors in the industry providing like and similar types of Services
ARTICLE 2 — SERVICES OF CONTRACTOR
2 1 The Services that Contractor shall perform are more particularly described in Exhibit
"A," titled "Scope of Services," which is attached hereto and incorporated herein by
reference
2 2 Contractor shall comply with applicable federal, state and local laws and regulations m
the performance of this agreement including, but not limited to, State prevailing wage
laws
ARTICLE 3 — RESPONSIBILITIES OF CITY
3 I City shall make available to Contractor information in its possession that may assist
Contractor in performing the Services
3 2 City designates Christopher Boatman, Facilities and Community Services Director, as
City's representative with respect to performance of the Services, and such person shall
have the authority to transmit instructions, receive information, interpret and define
City's policies and decisions with respect to performance of the Services
ARTICLE 4 — PERFORMANCE OF SERVICES
4 1 The effective term of this Agreement shall be for a period of one (1) year from July 1,
2020 through June 30, 2021 (the "Initial Term") The City shall have the option to
extend the Initial Term of this Agreement by two (2) additional one-year terms (each, an
"Extended Term"), on the same terms and conditions, by providing written notice to
Contractor at least thirty (30) days prior to the expiration of the Initial Term or any
L icltddmtAgreements113ronson Investments Agreement NPS 2 1 docdn
NPS -2 1 (2/26/20)
Extended Term The Initial Term and the Extended Terms are collectively referred to
herein as the "Term" of this Agreement
4 2 If Contractor's Services include deliverable electronic visual presentation materials, such
materials shall be delivered in a form, and made available to the City, consistent with
City Council adopted policy for the same It shall be the obligation of Contractor to
obtain a copy of such policy from City staff
ARTICLE 5 — PAYMENTS TO CONTRACTOR
5 1 The compensation for Contractor's performance of the Services shall not exceed the
amount of One Hundred Sixteen Thousand Three Dollars and Ninety -Eight Cents
($116,003 98) for the Services provided during the Initial Term Should this Agreement
be extended, the compensation for Contractor's performance foi the Services shall not
exceed the amount of One Hundred Sixteen Thousand Three Dollars and Ninety -Eight
Cents ($116,003 98) for the first Extended Term, and One Hundred Sixteen Thousand
Three Dollars and Ninety -Eight Cents ($116,003 98) for the second Extended Term,
bringing the total possible amount of compensation to a not -to -exceed amount of Three
Hundred Forty Eight Thousand Eleven Dollars and Ninety -Four Cents ($348,011 94) For
the Initial Term and each Extended Term, City shall pay Contractor on a time and
materials basis up to the not to not -to -exceed amount m accordance with the rates
specified in Exhibit "B," titled "Price and Fee Bid," which is attached hereto and
incorporated herein by reference
5 2 Contractor shall submit monthly invoices to City describing the Services performed
during the preceding month Contractor's invoices shall include a brief description of the
Services performed, the dates the Services were performed, the number of hours spent
and by whom, and a description of reimbursable expenses related to the Services City
shall pay Contractoi no later than thirty (30) days after receipt and approval by City of
Contractor's invoice
5 3 Any notice or other communication required, or which may be given, pursuant to this
Agreement, shall be in writing Any such notice shall be deemed delivered (i) on the date
of delivery in person, (ii) five (5) days after deposit in first class registered mail, with
return receipt requested, (iii) on the actual delivery date if deposited with an overnight
courier, or (iv) on the date sent by facsimile, if confirmed with a copy sent
contemporaneously by first class, certified, registered or express mail, in each case
properly posted and fully prepaid to the appropriate address set forth below, or such other
address as a Party may provide notice in accordance with this section
City
City Clerk
City of Redlands
35 Cajon Street
P 0 Box 3005 (mailing)
Redlands, CA 92373
jdonadlson@cityofredlands org
(909) 798-7531
2
L lca\djm\Agreements\Bronson Investments Agreement NPS 2 1 doc�n
Contractor
Sheryl Dinnoo Sales Manager
Bronson Investments, Inc
PO Box
Redlands, CA 92373
SherylDinnoo@gmail com
(909) 890-5544
(909) 890-4447 Fax
NPS 2 1 (2/26/20)
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6 1 The following insurance coverage required by this Agreement shall be maintained by
Contractor for the duration of its performance of the Services Contractor shall not
perform any Services unless and until the required insurance listed below is obtained by
Contractor Contractor shall provide City with certificates of insurance and endorsements
evidencing such insurance prior to commencement of the Services Insurance policies
shall include a provision prohibiting cancellation or modification of the policy except
upon thirty (30) days prior written notice to City
A Workers' Compensation and Employer's Liability insurance in the amount that meets
statutory requirements with an insurance carrier acceptable to City, or certification to
City that Contractor is self-insured or exempt from the workers' compensation laws
of the State of California Contractor shall execute and provide City with Exhibit "C,"
titled "Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, prior to performance of the Services
B Comprehensive General Liability insurance with carriers acceptable to City in the
minimum amount of One Million Dollars ($1,000,000) per occurrence and Two
Million Dollars ($2,000,000) aggregate, for public liability, property damage and
personal injury is required City shall be named as an additional insured and such
insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City
C Business Auto Liability coverage, with minimum limits of One Million Dollars
($1,000,000) per occurrence, combined single limit bodily injury liability and
property damage liability This coverage shall include all Contractor owned vehicles
used in connection with Contractor's provision of the Services, hired and non -owned
vehicles, and employee non -ownership vehicles City shall be named as an additional
insured and such insurance shall be primary and non-contributing to any insurance or
self-insurance maintained by City
6 2 Contractor shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses or liability, including
attorneys' fees, arising from injury or death to persons or damage to property occasioned
by any negligent act or omission by, or the willful misconduct of, Contractor, or its
officers, employees and agents in performing the Services
ARTICLE 7 — CONFLICTS OF INTEREST
7 1 Contractor covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement or any other source of
income, interest in real property or investment that would be affected in any manner or
degree by the performance of Contractor's Services Contractor further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement
3
L Icaldjrn\Agreements\Bronson Investments Agreement NPS 2 l docjn
NPS 2 1 (2/26/20)
7 2 Contractor agrees it is not a designated employee within the meaning of the Political
Reform Act because Contractor
A Does not make a governmental decision whether to
(i) approve a rate, rule or regulation, or adopt or enforce a City law,
(ii) issue, deny, suspend or revoke any City permit, license, application,
certification, approval, order or similar authorization or entitlement,
(iii) authorize City to enter into, modify or renew a contract,
(iv) grant City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract,
(v) grant City approval to a plan, design, report, study or similar item,
(vi) adopt, or grant City approval of, policies, standards or guidelines for City
or for any subdivision thereof
B Does not serve in a staff capacity with City and, in that capacity, participate in
making a governmental decision or otherwise perform the same or substantially the
same duties for City that would otherwise be performed by an individual holding a
position specified in City's Conflict of Interest Code under Government Code section
87302
7 3 In the event City determines that Contractor must disclose its financial interests,
Contractor shall complete and file a Fair Political Practices Commission Form 700,
Statement of Economic Interests, with the City Clerk's office pursuant to the written
instructions provided by the City Clerk
ARTICLE 8 — GENERAL CONSIDERATIONS
8 1 In the event any action is commenced to enforce or interpret any of the terms oI
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party
8 2 Contractor shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms and conditions of this Agreement Any
assignment or attempted assignment without such prior written consent may, in the sole
discretion of City, results in City's immediate termination of this Agreement
8 3 Contractor is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor Neither City nor any of its agents
shall have control over the conduct of Contractor or Contractor's employees, except as
herein set forth Contractor shall supply all necessary tools and instrumentalities required
to perform the Services Assigned personnel employed by Contractor are for its account
only, and in no event shall Contractor or personnel retained by it be deemed to have been
employed by City of engaged by City for the account of, or on behalf of City Contractor
shall have no authority, express or implied, to act on behalf of City in any capacity
4
L lcaA m\Agreentents'Bronson Investments Agreement IMPS 2 1 doc jn
NPS 2 1 (2/26/20)
whatsoever as an agent, nor shall Contractor have any authority, express or implied, to
bind City to any obligation
8 4 This Agreement may be terminated by City, in its sole discretion, by providing not less
than ten (10) days prior written notice to Contractor of City's intent to terminate If this
Agreement is terminated by City, an adjustment to Contractor's compensation shall be
made, but (1) no amount shall be allowed for anticipated profit or unperformed Services,
and (2) any payment due Contractor at the time of termination may be adjusted to the
extent of any additional costs to City occasioned by any default by Contractor Upon
receipt of a termination notice, Contractor shall immediately discontinue its provision of
the Services and, within five (5) days of the date of the termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of project related data, drawings, specifications, reports, summaries and such
other information and materials as may have been accumulated by Contractor in
performing the Services Contractoi shall be compensated on a pro -rata basis for Services
completed up to the date of termination
8 5 Contractor shall maintain books, ledgers, invoices, accounts and othei records and
documents evidencing costs and expenses related to the Services for a period of three (3)
years, or for any longer period required by law, from the date of final payment to
Contractor pursuant to this Agreement Such books shall be available at reasonable times
for examination by City at the office of Contractor
8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement Except as otherwise provided for herein, any
amendment to this Agreement shall be in writing, approved by City and signed by City
and Contractor
8 7 This Agreement shall be governed by and construed in accordance with the laws of the
State of California
8 8 if one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void or unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remaindei of this Agreement
and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or
sections contained herein, unless to do so would deprive a Party of a matenal benefit of
its bargain under this Agreement
5
L \ca\d3m1Agreements\Bronson Investments Agreement NPS 2 I doc jn
NPS -2 1 (2/26/20)
IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed
in confirmation of this Agreement
CITY OF REDLANDS
aul
ATTEST
W Foster, Mayor
e Donaldson, City Clerk
6
L IcaldjmAAgreements\Bronson Investments Agreement NPS -2 1 doc.p
BRONSON INVESTMENTS, INC
By
Sheryl Di
, Sales Manager
NPS 2 1 (2/26/20)
EXHIBIT "A"
SCOPE OF SERVICES
Contractor is to provide accurate replacement parts, safety Inspections, PM Services and Repairs
for Rotary Heavy -Duty Vehicle Lift, Benwill aboveground lift, Western inground lifts, Samson
grease pumps, hose reels, dispensers, and dispensing equipment, PlymoVent exhaust reels,
Electric and Gas Air Compressors, and other associated equipment as needed
Lifts — Quantity (2) Western Lift INGROUND FORWARD AND AFT (Annual inspection
and service)
• Complete annual lift inspection and tag lift with date of inspection
• Inspect hoist pit for any oil and debris
• Inspect lifts saddles
• Grease as required
• Complete inspection of pneumatic components including hydraulic lines and connections
to the lift pump
• Check hydraulic operation of the lift in fully raised and lowered position
• Check hydraulic fluid levels and fluid condition Make sure fluid levels are correct
• Inspect and test mechanical safety locks for any wear
• Inspect lockjaw hinges
• Inspect lift seals and seal plates
• Check and adjust chain as needed
• Clean all debris inside of pit
• Check the valves for leaks, clean and repair as needed
• Verify all OSHA required operation and safely labels are in place and legible
• Maintain and provide service reports in data file for equipment monitoring
• Provide Inspection Certificate
Lifts — Quantity (2) Western 8k (WP2) 2 POST INGROUND (Annual inspection and
service
• Complete annual lift inspection and tag lift with date of inspection
• Inspect lifts saddles and lock pins
• Grease as required
• Complete inspection of pneumatic components including hydraulic lines and connections
to the lift pump
• Check hydraulic operation of the lift in fully raised and lowered position
• Check hydraulic fluid levels and fluid condition Make sure fluid Ievels are correct
• Inspect lift seals and seal plates
• inspect and test mechanical safety locks for any weal_
• Check the valves for leaks, clean and repair as needed
• Verify all OSHA required operation and safely labels are in place and legible
• Maintain and provide service reports in data file for equipment monitoring
• Provide Inspection Certificate
7
L 1caldljmlAgreementsWBranson Investments Agreement NPS 2 1 doc.jn
NPS -2 1 (2/26/20)
Lifts — Ouantity (1) Benwill 7k 2 POS1 ABOVEGROUND (Annual inspection and service)
• Complete annual lift inspection and tag lift with date of inspection
• Inspect lifts pads, arm locks, and pins
• Check the lowering speed with a representative vehicle on the lift
• Lubricate and adjust as needed
• Complete inspection of electrical wiring and plugs
• Complete inspection of pneumatic components including hydrauhc lines and connections
to the lift pump
• Check hydraulic operation of the lift in fully raised and lowered position
• Check hydraulic fluid levels and fluid condition Make sure fluid levels are correct
• Inspect and test mechanical safety locks for any wear
• Verify all OSHA required operation and safely labels are in place and legible
• Examine all structural components and welds
• Examine concrete around columns for stress cracks
• Check and adjust chain as needed
• Clean the motor, tank and pump assembly and inspect for leaks
• Check all fastening devices for tightness including floor anchor bolts
• Maintain and provide service reports in data file for equipment monitoring
• Provide Inspection Certificate
Lifts — Quantity (1) Rotary 30k 4 POST ABOVEGROUND (Annual inspection and service)
• Complete annual lift inspection and tag lift with date of inspection
• Lubricate and adjust as needed
• Check the lowering speed with a representative vehicle on the lift
• Complete inspection of electrical wiring and plugs
• Verify all OSHA required operation and safely labels are in place and legible
• Examine all structural components and welds
• Examine concrete around columns for stress cracks
• Complete inspection of pneumatic components including hydraulic lines and connections
to the lift pump
• Check hydraulic operation of the lift in fully raised and lowered position
• Check hydraulic fluid levels and fluid condition Make sure fluid levels are correct
• Inspect and test mechanical safety locks for any wear
• Check and adjust cables as needed
• Check bearings and pulleys for wear
• Check all fastening devices for tightness including floor anchor bolts
• Clean the motor, tank and pump assembly and inspect for leaks
• Check hydraulic operation of rolling jack unit (15k) and inspect for worn and damaged
parts
• Maintain and provide service reports in data file for equipment monitoring
• Provide Inspection Certificate
8
L IcaldjmlAgreements\Bronson Investments Agreement NPS -2 I doqn
NPS -2 1 (2/26/20)
Samson grease pump, hose reels, and dispensing equipment (Annual inspection and
service)
• Hose reels will be completely extended, inspected for hose condition and thoroughly
cleaned
• Hose reels will be inspected for leaks and proper operation
• Hose reel hose spring tension will be inspected, adjusted, or replaced as needed
• Pumps and dispensers will be tested for proper operation, leaks and fluid (I would take
"dispense tracking" out I don't believe you have tracking for the dispensers)
• Inspection of shut-off valves and inlet hoses
• Maintain and provide service reports in data file for equipment monitoring
Exhaust Hose Reels -Quantity (5) PlymoVent (Annual inspection and service)
• Exhaust Hose Reels will be completely extended and retracted
• Exhaust Hoses will be inspected and checked for leaks and condition
• Exhaust Hose motor assy will be inspected, cleaned and checked for proper operation
• Complete inspection upon completion
• Maintain and provide service reports in data file for equipment monitonng
•
Electric Air Compressors (6) and Tanks (7) (Semiannual inspection and service)
• Dram and replace puirip oil
• Replace air filters
• Inspect belts
• Inspect for leaks
• Clean units
• Grease motor
Gas Air Compressors (2) on Service Trucks (Every 3 month inspection and service)
• Drain and replace engine oil
• Replace air filters
• Inspect belts
• Inspect for leaks
• Clean units
• Chain spark plug
Diesel Air Compressors (1) on Landfill Truck (Every 3 month inspection and service)
• Drain and replace engine oil
• Replace air filter
• Inspect belts
• Inspect for leaks
• Clean unit
9
L lcnldimlAgreements\Bronson investments Agreement NPS 2 1 doc.in
NPS -2 1 (2/26/20)
Tire Changer (1) and Balancer (1) (Annual inspection and service)
• Inspect for proper operations and leaks
• Inspect pressure regulator and oiler, fill as needed
• Inspect table, jaws, bead breaker, foot pedals, fill hose, and repair or replace as needed
• Calibrate balancer as needed
Certify Technicians
• Certify technicians on lifts, tire balancer, and tire changer
Other Associated Equipment AS -Needed (inspect, replace, of purchase)
• Jacks (floor jacks, low profile jacks)
• Fast Pipe
• Tsunami filter with dram kit and filter elements (purchase and install)
• Air compressors / generators (purchase and install)
• Fuel transfer pump (purchase and install)
• Welding for compressors, hose reels, and equipment to be fitted to service trucks
• Grease pump kit and high-pressure grease reel (purchase and install)
• Other equipment as needed
Lift Models
• Benwill - TP -7 (2 post 7,000 lb capacity)
• Rotary - SM300-100 (4 post 30,000 Ib capacity)
• Rotary - FC5710 (rolling jack 15,000 lb capacity)
• Western - WP2 (2 post inground 8,0001b capacity)
• Western - AC 1010 (Forward and Aft inground, 24,000 capacity)
• Western - 10210 (Forward and Aft inground, 36,000 capacity)
Electric, Gas, and Diesel Compressor Models:
• Ingersoll Duplex
• Industrial Air
• Bel -Air
• Champion
• Ingersoll
• Mi -T -M
Tire Changer and Balancer Model:
• Tire Changer — Giuliano Maxi GT
• Balancei - Coats 1000
10
L Icaldlm\Agreemenis\Bronson Investments Agreement NPS 2 1 doc.ln
NPS -2 1 (2/26120)
EXHIBIT "B"
PRICE AND FEE BID
Lift Equipment Maintenance and Repair
ANNUAL ESTIMATES
Description Type
Estimated
Quantity
Price Per Service
TOTAL AMOUNT
(A)
(B)
(C)
:......:" ..:......... _... ..,.. ., .,
.�„✓ :gin .
..... .,: , ,.,,r.�. _.__..:_�r'.>_..:,::,�,...�a:
(A) x (B) = (C )
1 Electric Compressor Service
12
$ 225 00 each
$ 2 700 00
1C
2 Gas Compressor Service
8
$ 235 50 each
$ 1,884 00
2C
3 Diesel Compressor Service
4
$ 350 00 each
$ 1,400 00 3C
4 Lift Certifications
6
$ 128 33 each
$ 769 98 4C
5 Service call truck/charge
50
$ 135 00 each
$ 6,750 00 5C
6 Labor Rate
500
$ 85 00 p/hour
$ 42 500 00 6C
.... .. ., _ .,..:;., . , . ...... ..:..
.. .,,: ..�. .,.
Subtotal
$ 56,003 98
Est'd Net
Cost of Parts
Bidder's mark-up percentage (ex
10%, 15%, 25%)
TOTAL AMOUNT
(see Note 1)
(A)
B)
(C)
, .�
A ..
O x (B) (A) (C)
11 Parts
$50,000
20%
$ 60 000
11C
GRAND TOTAL (IC) THRU
(119
$ 116,003 98
PARTS (discount on Parts Costs)
Name of Flat Rate Manual (if applicable) N/A
Name of Parts Price Sheet (if applicable) City of Redlands — account pricing level 1
Note 1 Example of Calculating the Bidder's Total Amount The estimated net cost of Fifty Thousand Dollars
($50,000) (A) at a Bidder's mark-up percentage 5% (B), plus the estimated net cost (A), will result in a Total Price
of Fifty Two Thousand Five Hundred Dollars ($52,500) (C) (($50,000 x 5%) +$52,500)
Note 2 The above quantities for labor and parts are estimates used for bid purposes The Equipment Maintenance
Division will not guarantee a minimum of labor and parts for the work
EXHIBIT "C"
11
L lealdjm\Agreements\Bronson Investments Agreement NPS 2 t doc jn
NPS 2 1 (2126120)
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Every employer, except the State, shall secure the payment of compensation in one or more of
the following ways
(a) By being insured against liability to pay compensation by one or more insurers
duly authorized to write compensation insurance in this State
(b) By securing from the Director of Industrial Relations, a certificate of consent to
self -insure, either as an individual employer, or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self -insure and to pay any compensation that
may become due to his or her employees
CHECK ONE
I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such provisions
before commencing the performance of the work and activities required or permitted under this
Agreement (Labor Code §1861)
I affirm that at all times, in performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any manner such that I become subject to the
workers' compensation laws of California However, at any time, if I employ any person such
that I become subject to the workers' compensation laws of California, immediately I shall
provide the City with a certificate of consent to self -insure, or a certification of workers'
compensation insurance
I certify under penalty of perjury under the laws of the State of California that the information
and representations made in this certificate are true and correct
BRONSON INVESTMENTS, INC
By
Sheryl Dinnoo,/Ja1es Manager
12
L Ica\dim\Agreements\Bronson Investments Agreement NPS 2 1 dacjn
Date 14/ c]
NPS 2 1 (2/26/20)
AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES
FOR EQUIPMENT AND SUPPLIES
This agreement for the provision of auto body repair services ("Agreement") is made and
entered in this 16th day of June, 2020 ("Effective Date"), by and between the City of Redlands, a
municipal corporation ("City") and Fairview Ford Sales Inc , ("Contractor") City and Contractor
are sometimes individually referred to herein as a "Party" and, together, as the "Parties " In
consideration of the mutual promises contained herein, City and Contractor agree as follows
ARTICLE 1 — ENGAGEMENT OF CONTRACTOR
1 1 Effective July 1, 2020, City hereby engages Contractor to perform auto body repair
services for City (the "Services")
1 2 The Services shall be performed by Contractor in a professional manner, and Contractor
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional Contractors in the industry providing like and similar types of Services
ARTICLE 2 --•• SERVICES OF CONTRACTOR
2 1 The Services that Contractor shall perform are more particularly described in Exhibit
"A,' titled "Scope of Services," which is attached hereto and incorporated herein by
reference
2 2 Contractor shall comply with applicable federal, state and local laws and regulations in
the performance of this agreement including, but not limited to, State prevailing wage
laws
ARTICLE 3 — RESPONSIBILITIES OF CITY
3 1 City shall make available to Contractor information in its possession that may assist
Contractor in performing the Services
3 2 City designates Christopher Boatman, Facilities and Community Services Director, as
City's representative with respect to performance of the Services, and such person shall
have the authority to transmit instructions, receive information, interpret and define
City's policies and decisions with respect to performance of the Services
ARTICLE 4 — PERFORMANCE OF SERVICES
4 1 The effective term of this Agreement shall be for a period of one (1) year from July 1,
2020 through June 30, 2021 (the "Initial Term") The City shall have the option to
extend the Initial Term of this Agreement by two (2) additional one-year terms (each, an
"Extended Term"), on the same terms and conditions, by providing written notice to
Contractor at least thirty (30) days prior to the expiration of the Initial Term or any
Extended Term The Initial Term and the Extended Terms are collectively referred to
herein as the "Term' of this Agreement
1
L lealdpnlAgreementslrairview i•ord Agreement NPS 2 1 doe jn
NPS 2 1 (2/26/20)
4 2 if Contractor's Services include deliverable electronic visual presentation materials, such
materials shall be delivered in a form, and made available to the City, consistent with
City Council adopted policy for the same It shall be the obligation of Contractor to
obtain a copy of such policy from City staff
ARTICLE 5 — PAYMENTS TO CONTRACTOR
5 I The compensation for Contractor's performance of the Services shall not exceed the
amount of Seventy Three Thousand Eight Hundred Eighty Dollars ($73,880) for the
Services provided during the Initial Term Should this Agreement be extended, the
compensation for Contractor's performance for the Services shall not exceed the amount
of Seventy Three Thousand Eight Hundred Eighty Dollars ($73,880) for the first
Extended Term, and Seventy Three Thousand Eight Hundred Eighty Dollars ($73,880)
for the second Extended Term, bringing the total possible amount of compensation to a
not -to -exceed amount of Two Hundred Twenty One Thousand Six Hundred Forty
Dollars ($221,640) For the Initial Term and each Extended Term, City shall pay
Contractor on a time and materials basis up to the not to not -to -exceed amount in
accordance with the rates specified in Exhibit "B," titled "Price and Fee Bid," which is
attached hereto and incorporated herein by reference
5 2 Contractor shall submit monthly invoices to City describing the Services performed
during the preceding month Contractor's invoices shall include a brief description of the
Services performed, the dates the Services were performed, the number of hours spent
and by whom, and a description of reimbursable expenses related to the Services City
shall pay Contractor no later than thirty (30) days after receipt and approval by City of
Contractoi's invoice
5 3 Any notice or other communication required, or which may be given, pursuant to this
Agreement, shall be in writing Any such notice shall be deemed delivered (i) on the date
of delivery in person, (ii) five (5) days after deposit in first class registered mail, with
return receipt requested, (iii) on the actual delivery date if deposited with an overnight
courier, or (iv) on the date sent by facsimile, if confirmed with a copy sent
contemporaneously by first class, certified, registered or express mail, in each case
properly posted and fully prepaid to the appropriate address set forth below, or such other
address as a Party may provide notice in accordance with this section
City
City Clerk
City of Redlands
35 Cajon Street
P 0 Box 3005 (mailing)
Redlands, CA 92373
jdonadlson@cityofredlands org
(909) 798-7531
2
L 1caldjmlAgreemenls\FaLrvlew Ford Agreement NPS 2 1 doe 3n
Contractor
Shawn Sommer, Body Shop Manager
Fairview Ford Sales Inc
P O Box 1390
San Bernardino, CA 92410
Bodyshop@fairviewford coin
(909) 884-9261
(909) 884-3775 Fax
NPS 2 1 (2/26/20)
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6 1 The following insurance coverage required by this Agreement shall be maintained by
Contractor for the duration of its performance of the Services Contractor shall not
perforin any Services unless and until the required insurance listed below is obtained by
Contractor Contractor shall provide City with certificates of insurance and endorsements
evidencing such insurance prior to commencement of the Services Insurance policies
shall include a provision prohibiting cancellation or modification of the policy except
upon thirty (30) days prior written notice to City
A Workers' Compensation and Employer's Liability insurance in the amount that meets
statutory requirements with an insurance carrier acceptable to City, or certification to
City that Contractor is self-insured or exempt from the workers' compensation laws
of the State of California Contractor shall execute and provide City with Exhibit "C,"
titled "Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, prior to performance of the Services
B, Comprehensive General Liability insurance with carriers acceptable to City in the
minimum amount of One Million Dollars ($1,000,000) per occurrence and Two
Million Dollars ($2,000,000) aggregate, for public liability, property damage and
personal injury is required City shall be named as an additional insured and such
insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City
C Business Auto Liability coverage, with minimum limits of One Million Dollars
($1,000,000) per occurrence, combined single limit bodily injury liability and
property damage liability This coverage shall include all Contractor owned vehicles
used in connection with Contractor's provision of the Services, hired and non -owned
vehicles, and employee non -ownership vehicles. City shall be named as an additional
insured and such insurance shall be primary and non-contributing to any insurance or
self-insurance maintained by City
6 2 Contractoi shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses or liability, including
attorneys' fees, arising from injury or death to persons or damage to property occasioned
by any negligent act or omission by, or the willful misconduct of, Contractor, or its
officers, employees and agents in performing the Services
ARTICLE 7 -- CONFLICTS OF INTEREST
7 1 Contractor covenants and represents that it does not have any investment of interest in
any real property that may be the subject of this Agreement or any other source of
income, interest in real property or investment that would be affected in any manner or
degree by the performance of Contractor's Services Contractor further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement
3
L 1ca\dim\Agrcements\Fairview Ford Agreement NPs 2 1 docin
NPS 2 1 (2/26/20)
7 2 Contractor agrees it is not a designated employee within the meaning of the Political
Reform Act because Contractor
A Does not make a governmental decision whether to
(i) approve a rate, rule or regulation, or adopt or enforce a City law,
(ii) issue, deny, suspend or revoke any City permit, license, application,
certification, approval, order or similar authorization or entitlement,
(iii) authorize City to enter into, modify or renew a contract,
(iv) grant City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract,
(v) grant City approval to a plan, design, report, study 01 similar item,
(vi) adopt, or grant City approval of, policies, standards or guidelines for City
or for any subdivision thereof
B Does not serve in a staff capacity with City and, in that capacity, participate in
making a governmental decision or otherwise perform the same or substantially the
same duties for City that would otherwise be performed by an individual holding a
position specified in City's Conflict of Interest Code under Government Code section
87302
7 3 In the event City determines that Contractor must disclose its financial interests,
Contractor shall complete and file a Fan Political Practices Commission Form 700,
Statement of Economic Interests, with the City Clerk s office pursuant to the written
instructions provided by the City Clerk
ARTICLE 8 — GENERAL CONSIDERATIONS
8 1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party
8 2 Contractor shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms and conditions of this Agreement Any
assignment or attempted assignment without such prior written consent may, in the sole
discretion of City, results in City's immediate termination of this Agreement
8 3 Contractor is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor Neither City nor any of its agents
shall have control ovei the conduct of Contractor or Contractor's employees, except as
herein set forth Contractor shall supply all necessary tools and instrumentalities required
to perform the Services Assigned personnel employed by Contractoi are for its account
only, and in no event shall Contractor or personnel retained by it be deemed to have been
employed by City or engaged by City for the account of, 01 on behalf of City Contractor
shall have no authority, express or implied, to act on behalf of City in any capacity
4
L \caldjm\Agreements\Fairvicw Ford Agreement NPS 2 1 docjn
NPS -2 1 (2/26/20)
whatsoever as an agent, nor shall Contractor have any authority, express or implied, to
bind City to any obligation
8 4 This Agreement may be terminated by City, in its sole discretion, by providing not Tess
than ten (10) days prior written notice to Contractor of Citys intent to terminate If this
Agreement is terminated by City, an adjustment to Contractor's compensation shall be
made, but (1) no amount shall be allowed for anticipated profit or unperformed Services,
and (2) any payment due Contractor at the time of termination may be adjusted to the
extent of any additional costs to City occasioned by any default by Contractor Upon
receipt of a termination notice, Contractor shall immediately discontinue its provision of
the Services and, within five (5) days of the date of the termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of project related data, drawings, specifications, reports, summaries and such
other information and materials as may have been accumulated by Contractor in
performing the Services Contractor shall be compensated on a pro -rata basis foi Services
completed up to the date of termination
8 5 Contractor shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services for a period of three (3)
years, or for any longer period required by law, from the date of final payment to
Contractoi pursuant to this Agreement Such books shall be available at reasonable times
for examination by City at the office of Contractor
8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement Except as otherwise provided for herein, any
amendment to this Agreement shall be in writing, approved by City and signed by City
and Contractor
8 7 This Agreement shall be governed by and construed in accordance with the laws of the
State of California
8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void of unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remainder of this Agreement
and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or
sections contained herein, unless to do so would deprive a Party of a material benefit of
its bargain under this Agreement
5
L IcaldjmlAgreementsWFairview Ford Agreement NPS 2 1 doc..n
NPS 2 1 (2/26/20)
IN WITNESS WHEREOF, duly authorized representatives of Cay and Contractor have signed
in confirmation of this Agreement
CITY OF REDLANDS
By(y
Paul W Foster, Mayor
ATTEST
nne Donaldson, City Clerk
6
L Ica\dim\Agreements\Fairview Ford Agreement NPS 2 1.doc.jn
FAIRVIEW FORD SALES INC
By. -yccw•
ife J 4/6.
Shawn Sommer, Body Shop Maage
NPS -2 1 (2/26/20)
EXHIBIT "A"
SCOPE OF SERVICES
Contractor shall provide off-site automotive body repair services on an as -needed basis for the
City's fleet vehicles Ali work must be done per specifications, according to all applicable and
acceptable industry standards, of the highest quality workmanship, and completed by the time
required
Minimum Qualifications
Contractor shall supply copies of their State of California Bureau of Automotive Repair,
Hazardous Waste Identification Number, Spray Booth Permit Number, and Aluminum
Certification
Security
City vehicles, equipment, and materials shall be maintained in a secure storage at all times This
will help prevent theft, and vandalism from occurring
Materials and Equipment
Contractor shall only use Original Equipment Manufacturer (OEM) parts unless authorized by
Fleet Superintendent, and/or City Representative
Estimates:
Contractor shall submit a final estimate, which is true and accurate, of the body repair to the
Fleet Superintendent, and/or City Representative for consideration and authorization
Pick-up and delivery
Contractor shall provide pickup and delivery services as requested to the Equipment
Maintenance Corporate Yard, U70 W Park Avenue #Bldg E Contractor must pick up and drop
off, or arrange for pickup and drop off of City vehicles from City Corporate Yard, using shop
tow truck or towing subcontractor
Upon making a request, vehicles are to be picked up by the contractor from the City Corporate
Yard within 24 hours of request for repairs Upon completion of the work, the contractor will
have 24 hours to deliver the vehicle to the City Corporate Yard
In the event that the contractor is unable to make pick up or delivery within 24 hours, or cannot
complete the repair for any other reason, Contractor must inform Fleet Superintendent when the
order is placed In such a case, the City reserves the right to procure the service from another
contractor
7
L lcaldimlAgreements\Fairview Ford Agreement NPS 2 I docin
NPs -2 1 (2/26/20)
EXHIBIT "B"
(Price and Fee Bid)
FCS03I02020MD Auto Bodv Repair Services
ANNUAL ESTIMATES
Labor Type
Estimated
Quantity
Price Per Service
TOTAL AMOUNT
(A)
(B)
(C)
(A) x (B) = (C )
1 Labor Rate BODY
100
$ 45 00 p/hour
$ 4,500 00
1C
2 Labor Rate Heavy -Duty (Class 8
& Above) BODY
100
$ 65 00 p/hour
$ 6 500 00
2C
3 Labor Rate Mechanical
80
$ 65 00 p/hour
$ 5,200 00 3C
4 Labor Rate Heavy Duty (Class 8
& Above) MECHANICAL
60
$ 80 00 p/hour
$ 4,800 00 4C
5 Labor Rate Frame
40
$ 65 00 p/hour
$ 2,000 00 5C
6 Labor Rate Paint — Body Paint
Work
100
$ 45 00 p/hour
$ 4,500 00 6C
7 Aluminum Labor Rate BODY
20
$ 80 00 p/hour
$ 1,600 00 7C
8 Paint Materials Rate
20
$ 34 00 p/hour
$ 680 00 8C
9 Hazardous Material Disposal
100
$ 15 00 Lot
$ 1,500 00 9C
10 Pick-up and delivery charge, per
vehicle
20
$ 0 Lot
$ 0 10C
�..�.
ti
Subtotal
$ 31 880 00
Est'd Net
�-F Cost of Parts
Bidder's mark up percentage
(ex 10%, 15%, 25%)
TOTAL AMOUNT
(see Note 1)
(A)
II3
(C)
5111t&-; ��
ZittW' yam," s
(A) x (B) + (A) = (C)
11 Parts $35,000
20%
$ 42,000 00
11C
x 2 A
GRAND TOTAL. (IC) THRU
(i1C}
$ 73,880 00
4 �; ,, /J✓. ,ix,?"..F 1"Jr"f? ,✓' ':'.. .) l 'f' . ✓ ,� -. t
� �.in.� ",:,.,.l..a `N'Le'�.v=^.f, �.,.;X'� ,✓�.,..1: Y✓'9'� .,... •.�...� w�„m„r,
f „-X'.�. h
�:'. .., ..... / � ~ _ , .a..... Y... r-..,.c.+
PARTS (discount on Parts Costs)
Name of Flat Rate Manual (if applicable)
Name of Parts Price Sheet Of applicable)
Note 1 Example of Calculating the Bidder's Total Amount The estimated net cost of Thirty -Five Thousand
Dollars ($35,000) (A) at a Bidder's mark-up percentage 5% (B), plus the estimated net cost (A), will result in a
Total Price of Thirty Six Thousand Seven Hundred Fifty Dollars ($36,750) (C) (($35,000 x 5%) +$35,000)
Note 2 The above quantities for labor and parts are estimates used for bid purposes The Equipment Maintenance
Division will not guarantee a minimum of labor and parts for the work
8
L Ica\djmlAgreementslFmrview Ford Agreement NPS 2 1 doc,pn
NPS 2 1 (2/26/20)
EXHIBIT "C"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Every employer, except the State, shall secure the payment of compensation in one or more of
the following ways
(b
By being insured against liability to pay compensation by one or more insurers
duly authorized to write compensation insurance in this State
By securing from the Director of Industrial Relations, a certificate of consent to
self -insure, either as an individual employer, or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self -insure and to pay any compensation that
may become due to his or her employees
CHECK ONE
I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such provisions
before commencing the performance of the work and activities required or permitted under this
Agreement (Labor Code §1861)
I affirm that at all times, in performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any manner such that I become subject to the
workers' compensation laws of California However, at any time, if I employ any person such
that I become subject to the workers' compensation laws of California, immediately I shall
provide the City with a certificate of consent to self -insure, or a certification of workers'
compensation insurance
I certify under penalty of perjury under the laws of the State of California that the information
and representations made in this certificate are true and correct
FAIRVIEW FORD SALES INC
Shawn Sommer, Bo %y fop Manager
9
L Icaldim\Agreements\Fairview Ford Agreement NPS -2 1 dout
Date C/7/,i-e?
NPS 2 1 (2/26/20)
AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES
FOR EQUIPMENT AND SUPPLIES
This agreement for the provision of generator repair service and preventative
maintenance ( `Agreement") is made and entered in this 16th day of June, 2020 ("Effective
Date"), by and between the City of Redlands, a municipal corporation ("City") and On Power
Industries ("Contractor") City and Contractor are sometimes individually referred to herein as a
"Party" and, together, as the "Parties " In consideration of the mutual promises contamed herein,
City and Contractor agree as follows
ARTICLE 1 — ENGAGEMENT OF CONTRACTOR
1 1 Effective July 1, 2020, City hereby engages Contractor to perform generator repair
service and preventative maintenance services for City (the "Services")
1 2 The Services shall be performed by Contractor in a professional manner, and Contractor
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional Contractors in the industry providing like and similar types of Services
ARTICLE 2 — SERVICES OF CONTRACTOR
2 1 The Services that Contractor shall perform are more particularly described in Exhibit
"A," titled "Scope of Services," which is attached hereto and incorporated herein by
reference
2 2 Contractor shall comply with applicable federal, state and local laws and regulations in
the performance of this agreement including, but not limited to, State prevailing wage
laws
ARTICLE 3 — RESPONSIBILITIES OF CITY
3 1 City shall make available to Contractor information in its possession that may assist
Contractor m performing the Services
3 2 City designates Christopher Boatman, Facilities and Community Services Department
Director, as City's representative with respect to performance of the Services, and such
person shall have the authority to transmit instructions, receive information, interpret and
define City's policies and decisions with respect to performance of the Services
ARTICLE 4 — PERFORMANCE OF SERVICES
4 1 The effective term of this Agreement shall be for a period of one (1) year from July 1,
2020 through June 30, 2021 (the "Initial Term") The City shall have the option to extend
the Initial Term of this Agreement by two (2) additional one-year terms (each, an
"Extended Term"), on the same terms and conditions, by providing wntten notice to
Contractor at least thirty (30) days prior to the expiration of the Initial Term or any
1
L Icaldjm\Agreements\On Power Industries Agreement NPS 2 1 doe jn
Extended Tenn The Initial Term and the
herein as the "Term" of this Agreement
4 2 If Contractor's Services include deliverable
materials shall be delivered m a form, and
City Council adopted policy for the same
obtain a copy of such policy from City staff
NPS -2 1 (2/26/20)
Extended Terms are collectively referred to
electronic visual presentation materials, such
made available to the City, consistent with
It shall be the obligation of Contractor to
ARTICLE 5 — PAYMENTS TO CONTRACTOR
5 1 The compensation for Contractor's performance of the Services shall not exceed the
amount of Thirty Thousand Five Hundred Thirty Dollars ($30,530) for the Services
provided during the Initial Term Should this Agreement be extended, the compensation
for Contractor's performance for the Services shall not exceed the amount of Thirty
Thousand Five Hundred Thirty Dollars ($30,530) for the first Extended Term, and Thirty
Thousand Five Hundred Thirty Dollars ($30,530) for the second Extended Tenn,
bringing the total possible amount of compensation to a not -to -exceed amount of Ninety
One Thousand Five Hundred Ninety Dollars ($91,590) For the Initial Term and each
Extended Term, City shall pay Contractor on a time and matenals basis up to the not to
not -to -exceed amount m accordance with the rates specified in Exhibit "B," titled "Pnce
and Fee Bid," which is attached hereto and incorporated herein by reference
5 2 Contractor shall submit monthly invoices to City describing the Services performed
dunng the preceding month Contractor's invoices shall mclude a bnef description of the
Services performed, the dates the Services were performed, the number of hours spent
and by whom, and a description of reimbursable expenses related to the Services City
shall pay Contractor no later than thirty (30) days after receipt and approval by City of
Contractor's mvoice
5 3 Any notice or other communication required, or which may be given, pursuant to this
Agreement, shall be in writing Any such notice shall be deemed delivered (i) on the date
of delivery m person, (n) five (5) days after deposit in first class registered mail, with
return receipt requested, (in) on the actual delivery date if deposited with an overnight
courier, or (iv) on the date sent by facsimile, if confirmed with a copy sent
contemporaneously by first class, certified, registered or express mail, in each case
properly posted and fully prepaid to the appropnate address set forth below, or such other
address as a Party may provide notice m accordance with this section
City
City Clerk
City of Redlands
35 Cajon Street
P 0 Box 3005 (mailing)
Redlands, CA 92373
jdonadlson@cityofredlands org
(909) 798-7531
2
L 1ca\djm\AgreementslOn Power Industries Agreement NPS 2 1 doc jn
Contractor
Andrew Clapp Owner
On Power Industries
1451 Road Runner Drive
Corona, CA 92881
Andrew@onpowenndustnes com
(951) 395-0408
NPS 2 1 (2/26/20)
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6 1 The following insurance coverage required by this Agreement shall be maintained by
Contractoi for the duration of its performance of the Services Contractor shall not
perform any Services unless and until the required insurance listed below is obtained by
Contractor Contractor shall provide City with certificates of insurance and endorsements
evidencing such insurance pnor to commencement of the Services Insurance policies
shall include a provision prohibiting cancellation or modification of the policy except
upon thirty (30) days prior written notice to City
A Workers' Compensation and Employer's Liability insurance in the amount that meets
statutory requirements with an insurance carrier acceptable to City, or certification to
City that Contractor is self-insured or exempt from the workers' compensation laws
of the State of California Contractor shall execute and provide City with Exhibit "C,"
titled "Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, prior to performance of the Services
B Comprehensive General Liability insurance with carriers acceptable to City m the
minimum amount of One Million Dollars ($1,000,000) per occurrence and Two
Million Dollars ($2,000,000) aggregate, for public liability, property damage and
personal injury is required City shall be named as an additional insured and such
insurance shall be primary and non-contnbutmg to any insurance or self insurance
maintamed by City
C Busmess Auto Liability coverage, with minimum limits of One Million Dollars
($1,000,000) per occurrence, combined single limit bodily injury liability and
property damage liability This coverage shall include all Contractor owned vehicles
used in connection with Contractor's provision of the Services, hired and non -owned
vehicles, and employee non -ownership vehicles City shall be named as an additional
insured and such insurance shall be pnmary and non-contributing to any insurance or
self-msurance maintained by City
6 2 Contractor shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses or liability, including
attorneys' fees, ansmg from injury or death to persons or damage to property occasioned
by any negligent act or omission by, or the willful misconduct of, Contractor, or its
officers, employees and agents in performing the Services
ARTICLE 7 - CONFLICTS OF INTEREST
7 1 Contractor covenants and represents that it does not have any investment or interest m
any real property that may be the subject of this Agreement or any other source of
income, interest m real property or investment that would be affected m any manner or
degree by the performance of Contractor's Services Contractor further covenants and
represents that m the performance of its duties hereunder, no person havmg any such
mterest shall perform any Services under this Agreement
3
L•1caldjm\Agreementsl0n Power industries Agreement NPS 2 1 doe in
NPS 2 1 (2/26/20)
7 2 Contractor agrees it is not a designated employee within the meaning of the Political
Reform Act because Contractor
A Does not make a governmental decision whether to
(i) approve a rate, rule or regulation, or adopt or enforce a City law,
(i) issue, deny, suspend or revoke any City permit, license, application,
certification, approval, order or similar authorization or entitlement,
(iii) authorize City to enter into, modify or renew a contract,
(iv) grant City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract,
(v) grant City approval to a plan, design, report, study or similar item,
(vi) adopt, or grant City approval of, policies, standards or guidelines for City
or for any subdivision thereof
B Does not serve in a staff capacity with City and, m that capacity, participate in
making a governmental decision or otherwise perform the same or substantially the
same duties for City that would otherwise be performed by an individual holding a
position specified m City's Conflict of Interest Code under Government Code section
87302
7 3 In the event City determines that Contractor must disclose its financial interests,
Contractor shall complete and file a Fair Political Practices Comimssion Form 700,
Statement of Economic Interests, with the City Clerk's office pursuant to the wntten
mstructions provided by the City Clerk
ARTICLE 8 — GENERAL CONSIDERATIONS
8 1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party
8 2 Contractor shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms and conditions of this Agreement Any
assignment or attempted assignment without such prior wntten consent may, m the sole
discretion of City, results in City's immediate termination of this Agreement
8 3 Contractor is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor Neither City nor any of its agents
shall have control over the conduct of Contractor or Contractor's employees, except as
herein set forth Contractor shall supply all necessary tools and instrumentalities required
to perform the Services Assigned personnel employed by Contractor are for its account
only, and in no event shall Contractor or personnel retained by it be deemed to have been
employed by City or engaged by City for the account of, or on behalf of City Contractor
shall have no authority, express or implied, to act on behalf of City m any capacity
whatsoever as an agent, nor shall Contractor have any authority, express or implied, to
bind City to any obligation
4
L1ca\djm'Agreementslon Power industries Agreement NPS 2 1 doc jn
NPS -2 1 (2/26/20)
8 4 This Agreement may be terminated by City, in its sole discretion, by providing not less
than ten (10) days prior wntten notice to Contractor of City's intent to terminate If this
Agreement is terminated by City, an adjustment to Contractor's compensation shall be
made, but (1) no amount shall be allowed for anticipated profit or unperformed Services,
and (2) any payment due Contractor at the time of termination may be adjusted to the
extent of any additional costs to City occasioned by any default by Contractor Upon
receipt of a termination notice, Contractor shall immediately discontinue its provision of
the Services and, within five (5) days of the date of the termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of project related data, drawings, specifications, reports, summanes and such
other information and materials as may have been accumulated by Contractor m
performing the Services Contractor shall be compensated on a pro -rata basis for Services
completed up to the date of termination
8 5 Contractor shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services for a period of three (3)
years, or for any longer period required by law, from the date of final payment to
Contractor pursuant to this Agreement Such books shall be available at reasonable times
for examination by City at the office of Contractor
8 6 This Agreement, mcludmg the Exhibits incorporated herem by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any pnor negotiations, wntten proposals or verbal agreements relating to such
matters are superseded by this Agreement Except as otherwise provided for herem, any
amendment to this Agreement shall be in writing, approved by City and signed by City
and Contractor
8 7 This Agreement shall be governed by and construed in accordance with the laws of the
State of California
8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void or unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remainder of this Agreement
and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or
sections contained herein, unless to do so would depnve a Party of a matenal benefit of
its bargain under this Agreement
5
LIca\djm1AgreementslOn Power Industries Agreement NPS 2 1 doc.in
Firefox about blas
NPS -2 1 (2126/20)
IN WITNESS WHEREOF, duly authonzed representatives of City and Contractoi have signed
m conformation of this Agreement
CITY OF REDLANDS
ON POWER 1 i STRIES
By
Paul W Foster, Mayor Andrew C pp, Owner
ATTEST
e Donaldson City Clerk
6
L.tcedjm\Agreements\On Power Industries Agreement NPS--2.4.doc..in
Fof11 h/A,/WW1 Qd76
NPS 2 1 (2/26/20)
EXHIBIT "A"
SCOPE OF SERVICES
These services include but are not limited to performing complete mechanical and electrical
repairs, PM A, PM B, 2 hr load bank testing, and after hours emergency response repair
services
PM SERVICES SCOPE OF WORK
*PM A Service will include.
• Check air filters
• Check condition of hoses, clamps, lines & fittings
• Check & adjust belts
• Load test batteries & check condition of cables and chargers
Check block heater
• Check level and condition of coolant
• Check for oil/coolant Teaks
• Check for worn or damaged components
• Check operation of control panel
• Check ATS control panel for alarms
• Check operation of engine & generator
• Check for active fault codes, warning lights
• Grease fan hub if needed
• Grease generator beanng (If needed)
• Take fuel samples from tanks
• Advise City of all additional needed repairs
*PM B Service will include.
• Check air filters
• Check condition of hoses, clamps, lines & fittings
• Check & adjust belts
• Load test batteries
• Check condition of battery cables and charger
• Check engine block heater
• Check level and freeze protection level of coolant
• Check for fluid leaks
• Check for worn or damaged components
• Check for operation of control panel
• Check ATS control panel for alarms
• Check operation of engine & generator
• Check for active fault codes and warning lights
• Grease fan hub (If needed)
• Grease generator beanng (If needed)
• Change engine oil
• Change oil filter(s)
• Change fuel filter(s)
• Change fuel/water separator (If applicable)
• Change coolant filter (If applicable)
7
L 1caldjm\AgreemtntslOn Power Industries Agreement NPS 2 1 doc.jn
NPS -2 1 (2/26/20)
• Take oil and coolant samples for laboratory analysis
• Take fuel samples from tanks to check for debris
• Advise City of all additional needed repairs
2 hour Load Bank Test Procedure will include
• Travel to and from site
• Transport load bank and cables
• Test generator using resistive load bank at 25% of nameplate rating for 30 minutes,
followed by 50% of nameplate rating for 30 minutes, followed by 75% of nameplate
rating for 60 minutes for a total of 2 continuous hours
After hours emergency response.
• Repairs to stationary generators due to failures preventing start up, not generating
power, and failure to switch over to building
• Call back response in 1 hour or less
• On-site within 3 hours
• After proposers normal weekday hours
• All hours on weekends (Friday — Sunday)
• All hours over holidays
8
L Icaldjm\AgreementslOn Power lndustnes Agreement NPS 2 1 doc.in
NPS -2 1 (2/26/20)
EXHIBIT "B"
(Price and Fee Bid)
9
L Ica\djm\AgreementslOn Power Industries Agreement NPS 2 1 doe in
On Power
Industries
LOCATION(S)
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
1
Crafton
College
(trailer)
11711 San
Canyon Rd
300 KW
Generator
PM -A Minor
Once a year
$ 225 00
PM -B Major
Once a year
$ 625 00
2 hr load bank
2 hrs
Once a year
$ 525 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 1 subtotal
$ 1,460 00
LOCATION(S)
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
2
Fire Station
#1
525 E Citrus
84KW Generator
225 AMP ATS
PM -A Manor
Once a year
$ 450 00
PM -B Major
Once a year
$ 870 00
3
Fire Station
#2
1716 Garden
St
2 hr load bank
2 hrs
Once a year
$ 790 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 170 00
Locations 2 & 3 Subtotal
(totals x 2 locations)
$ 2,280 00
LOCATION(S)
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
4
Fire Station
#3
10 W
Pennsylvania
15KW Generator
105 AMP ATS
PM -A Minor
Once a year
$ 450 00
PM -B Major
Once a year
$ 770 00
5
Fire Station
114
1270 W Park
Ave
2 hr load bank
2 hrs
Once a year
$ 610 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 170 00
Locations 4 & 5 Subtotal
(totals x 2 locations)
$ 2,000 00
9
L Ica\djm\AgreementslOn Power Industries Agreement NPS 2 1 doe in
NPS 2 1 (2/26/20)
10
L lealdjmlAgreementslOn Power Industnes Agreement NPS 2 1 doc.jn
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
6
Henry Tate
Water
3050 Mill
Creek
325 KW
Generator
150 AMP ATS
PM -A Minor
Once a year
$ 225 00
PM -B Major
Once a year
$ 700 00
2 hr load bank
2 hrs
Once a year
$ 750 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 6 Subtotal.
$ 1,760 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
7
Highland
Water Co
955 Parkford
Dr
400 KW
Generator
600 AMP ATS
PM -A Minor
Once a year
$ 225 00
PM -B Major
Once a year
$ 700 00
2 hr load bank
2 hrs
Once a year
$ 750 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 7 Subtotal:
$ 1,760 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
8
Hinkley
Water
Treatment
1604 Crafton
Ave
200 KW
Generator
ATS
PM -A Minor
Once a year
$ 225 00
PM -B Major
Once a year
$ 585 00
2 hr load bank
2 hrs
Once a year
$ 525 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 8 Subtotal.
$ 1,420 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
9
Police Station
Bldg #C
1270 W Park
Ave
100 KW
Generator
400 AMP ATS
PM -A Minor
Once a year
$ 225 00
PM -B Major
Once a year
$ 525 00
2 hr load bank
2 hrs
Once a year
$ 425 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
10
L lealdjmlAgreementslOn Power Industnes Agreement NPS 2 1 doc.jn
NPS 2 1 (2/26/20)
11
L Icaldjm\Ag'eements\On Power Industries Agreement NPS 2 1 doc.in
Location 9 Subtotal:
$ 1,260 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
10
City
Corporate
Yard
1270 W Park
Ave
125 KW
Generator
PM -A Mmor
Once a year
$ 225 00
PM -B Major
Once a year
$ 525 00
2hr load bank
2hrs
Once a year
$ 425 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 10 Subtotal.
$ 1,260 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
11
City
Corporate
Yard Fuel
Island
1270 W Park
Ave
75 KW
Generator
30 AMP ATS
PM -A Mmor
Once a year
$ 225 00
PM -B Major
Once a year
$ 475 00
2 hr load bank
2 hrs
Once a year
$ 425 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 11 Subtotal
$ 1,210 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
12
Waste Water
Treatment
Plant (trailer)
1950 Nevada
St
450 KW
Generator
450 KW
Generator
450 KW
Generator
PM -A Mmor
Once a year
$ 675 00
PM -B Major
Once a year
$ 2,295 00
2 hr load bank
2 hrs
Once a year
$ 1,980 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 255 00
Location 12 Subtotal
(totals x 3 generators)
$ 5,205 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
13
Waste Water
Treatment
Plant (trailer)
1950 Nevada
1100 KW
Generator
PM -A Mmor
Once a year
$ 225 00
PM -B Major
Once a year
$ 1,380 00
2 hr load bank
2 hrs
Once a year
$ 1,260 00
11
L Icaldjm\Ag'eements\On Power Industries Agreement NPS 2 1 doc.in
NPS -2 1 (2/26/20)
12
L 1caldjmlAgreemcnts\On Power Industries Agreement NPS 2 1 doc jn
St
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 13 Subtotal:
$ 2,950 00
LOCATION
EQUIP
DESCRIPTION
TYPE OF
SERVICE
SERVICE
INTERVAL
TOTAL
14
Data Center
1270 W Park
Ave
125 KW
Generator
PM -A Minor
Once a year
$ 225 00
PM -B Major
Once a year
$ 485 00
2 hr load bank
2 hrs
Once a year
$ 485 00
Fuel Tank
Dipping
/Samples
Twice a year
$ 85 00
Location 14 Subtotal.
$ 1,280 00
ADDITIVES
SERVICE
INTERVAL
ESTIMATED QTY
TOTAL
15
Rental rate for generator 75 0
DYB-15R (include delivery &
hookup fee) per week
Weekly Rental
One Week
$ 985 00
16
Emergency call out rate
Hourly Rate
20 hrs per year
$ 2,100 00
(hourly rate x 20)
17
Replacement parts Bid on your parts mark-up percentage (i e
5%, 10 % ) Example of calculating the bidder's total
amount If a bidder's mark-up is 5% the total price of 53,150
will be placed in the "total" column Example. (S3,000 x 5%
= S150 + S3,000 = S3,150)
$3,000 p/year
$ 3,600 00
Additives #15, #16 & #17 Subtotal
$ 6,685 00
Grand Total (add
Subtotals #1 to #17)
$ 30,530 00
12
L 1caldjmlAgreemcnts\On Power Industries Agreement NPS 2 1 doc jn
Firefox about bk.
NPS 21 (2/26/20)
EXHIBIT "C"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Every employee except the State shall secure the payment of compensation in one or more of
the following ways
(a) By being insured against liability to pay compensation by one or more insurers
duly authorized to write compensation insurance in this State
(b) By securnig from the Director of Industrial Relations, a certificate of consent to
self -insure, either as an individual employee, or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self -insure and to pay any compensation that
inay become due to his or her employees
CHECK ONE
II am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be Insured against liability for Workers' Compensation or to undertake self-
insurance
elfinsurance in accordance with the provisions of that Code, and I will comply with such provisions
before commencing the performance of the work and activities required or permitted under this
Agreement (Labor Code § 1861)
1 afrnr that at all times, m performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any manner such that I become subject to the
workers' compensation laws of California However, at any tune, if I employ any person such
that 1 become subject to the workers' compensation laws of California, immediately I shall
provide the City with a certificate of consent to self -insure, or a certification of workers'
compensation insurance
I certify under penalty of perjury under the laws of the State of California that the information
and represent. is made m this certificate are true and correct
ON POWE IND STRIES
By
Andres app, Owner
13
L oaldim\Agreements\On Power Industries Agreement NPS 2.i.doejn
Date
11 of11 F'Anton 041 1
NPS 2 1 (2/26/20)
AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES
FOR EQUIPMENT AND SUPPLIES
This agreement for the provision of maintenance and service for heavy duty off-road
equipment ("Agreement") is made and entered in this 16th day of June, 2020 ("Effective Date"),
by and between the City of Redlands, a municipal corporation ("City") and Quinn Company
("Contractoi") City and Contractor are sometimes individually referred to herein as a "Party"
and, togethei, as the "Parties " In consideration of the mutual promises contained herein, City
and Contractoi agree as follows
ARTICLE 1 — ENGAGEMENT OF CONTRACTOR
1 1 Effective July 1, 2020, City hereby engages Contractor to perform maintenance and
service for heavy duty off-road equipment services for City (the "Services")
1 2 The Services shall be performed by Contractor in a professional manner, and Contractor
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional Contractors in the industry providing like and similai types of Services
ARTICLE 2 — SERVICES OF CONTRACTOR
2 1 The Services that Contractoi shall perform are more particulaily described in Exhibit
"A," titled "Scope of Services," which is attached hereto and incorporated herein by
reference
2 2 Contractoi shall comply with applicable federal, state and local laws and regulations in
the performance of this agreement including, but not limited to, State prevailing wage
laws
ARTICLE 3 — RESPONSIBILITIES OF CITY
3 1 City shall make available to Contractor information in its possession that may assist
Contractor in performing the Services
3 2 City designates Christopher Boatman, Facilities and Community Services Director, as
City's representative with respect to performance of the Services, and such person shall
have the author ity to transmit instructions, receive information, interpret and define
City's policies and decisions with respect to performance of the Services
ARTICLE 4 — PERFORMANCE OF SERVICES
4 1 The effective term of this Agreement shall be for a period of one (1) year from July 1,
2020 through June 30, 2021 (the `Initial Term") The City shall have the option to
extend the Initial Term of this Agreement by two (2) additional one-year terms (each, an
`Extended Term"), on the same terms and conditions, by providing written notice to
Contractor at least thirty (30) days prior to the expiration of the Initial Term of any
1
L \caldjm\AgreeinentslQuinn Company Agreement NPS 2 1 doc {n
Extended Term The Initial Terin and the
herein as the "Term" of this Agreement
4 2 If Contractor's Services include deliverable
materials shall be delivered in a form, and
City Council adopted policy foi the same
obtain a copy of such policy from City staff
NPS 2 1 (2/26/20)
Extended Terms are collectively referred to
electronic visual presentation materials, such
made available to the City, consistent with
It shall be the obligation of Contractor to
ARTICLE 5 — PAYMENTS TO CONTRACTOR
5 1 The compensation foi Contractor's performance of the Services shall not exceed the
amount of Two Hundred Four Thousand Five Hundred Dollars ($204,500) for the
Services provided dui ing the Initial Term Should this Agreement be extended, the
compensation foi Contractor's performance for the Services shall not exceed the amount
of Two Hundred Four Thousand Five Hundred Dollars ($204,500) for the first Extended
Term, and Two Hundred Four Thousand Five Hundred Dollars ($204,500) for the second
Extended Term, bringing the total possible amount of compensation to a not -to -exceed
ainount of Six Hundred Thirteen Thousand Five Hundred Dollars ($613,500) For the
Initial Term and each Extended Term, City shall pay Contractoi on a time and materials
basis up to the not to not -to -exceed amount in accordance with the rates specified in
Exhibit "B," titled "Price and Fee Bid," which is attached hereto and incorporated herein
by reference
5 2 Contractoi shall submit monthly invoices to City describing the Services performed
during the preceding month Contractor's invoices shall include a br ref description of the
Services performed, the dates the Services were performed, the numbei of hours spent
and by whom, and a description of reimbursable expenses related to the Services City
shall pay Contractoi no later than thirty (30) days after receipt and approval by City of
Contractor's invoice
5 3 Any notice oi othei communication required, oi which may be given, pursuant to this
Agreement, shall be in writing Any such notice shall be deemed delivered (i) on the date
of delivery in person, (it) five (5) days after deposit in first class registered mail, with
return receipt requested, (iii) on the actual delivery date if deposited with an overnight
courier, or (iv) on the date sent by facsimile, if confirmed with a copy sent
contemporaneously by first class, certified, registered or express mail, in each case
properly posted and fully prepaid to the appropriate address set forth below, oi such othei
address as a Party may provide notice in accordance with this section
City
City Clerk
City of Redlands
35 Cajon Street
P 0 Box 3005 (mailing)
Redlands, CA 92373
jdonadlson@cityofredlands org
(909) 798-7531
L lealdtmlAgreements\Quinn Company Agreement NPS 2 1 doc jn
Contractor
Scott Ashley PSSR
Quinn Company
800 E La Cadena
Riverside, CA 92507
Scott Ashley@qurnncompany coin
(951) 686-4560
(951) 276-8327 Fax
NPS 2 1 (2/26/20)
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6 1 The following insurance coverage required by this Agreement shall be maintained by
Contractor for the duration of its pei formance of the Services Contractor shall not
perform any Services unless and until the required insurance listed below is obtained by
Contractor Contractoi shall provide City with certificates of insurance and endorsements
evidencing such insurance prioi to commencement of the Services Insurance policies
shall include a provision prohibiting cancellation or modification of the policy except
upon thirty (30) days prioi written notice to City
A Workers' Compensation and Employer's Liability insurance in the amount that meets
statutory requirements with an insurance carnet acceptable to City, or certification to
City that Contractor is self-insured 01 exempt from the workers' compensation laws
of the State of California Contractor shall execute and provide City with Exhibit '`C,"
titled Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, pilot to performance of the Services
B Comprehensive General Liability insurance with carriers acceptable to City in the
minimum amount of One Million Dollars ($1,000,000) pet occurrence and Two
Million Dollars ($2,000,000) aggregate, for public liability, property damage and
personal injury is required City shall be named as an additional insured and such
insurance shall be primary and non-contributing to any insurance or self-insurance
maintained by City
C Business Auto Liability coverage, with minimum limits of One Million Dollars
($I,000,000) per occurrence, combined single limit bodily injury liability and
property damage liability This coverage shall include all Contractot owned vehicles
used in connection with Contractor's provision of the Services, hired and non -owned
vehicles, and employee non -ownership vehicles City shall be named as an additional
insured and such insurance shall be pi imary and non-contributing to any insurance 01
self-insurance maintained by City
6 2 Contractor shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses of liability, including
attorneys' fees, arising from injury or death to persons 01 damage to property occasioned
by any negligent act 01 omission by, or the willful misconduct of, Contractoi, or its
officers, employees and agents in performing the Services
ARTICLE 7 — CONFLICTS OF INTEREST
7 1 Contractoi covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement 01 any other source of
income, interest in real property of investment that would be affected in any manner or
degree by the performance of Contractor's Services Contractoi further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement
3
L 1ca\djm\Agreements\Quinn Company Agreement NPS 2 1 doe.jn
NPS -2 1 (2/26/20)
7 2 Contractoi agrees it is not a designated employee within the meaning of the Political
Reform Act because Contractoi
A Does not make a governmental decision whether to
(i) approve a rate, rule or regulation, 01 adopt or enforce a City law,
(ii) issue, deny, suspend or revoke any City permit. license, application,
certification, approval, oidei or similar authorization of entitlement,
(iii) authorize City to entei into. modify 01 renew a contract,
(iv) grant City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract,
(v) grant City approval to a plan, design, report, study of similai item,
(vi) adopt, 01 grant City approval of, policies, standards or guidelines foi City
of foi any subdivision thereof
B Does not serve in a staff capacity with City and, in that capacity, participate in
making a governmental decision or otherwise perform the same of substantially the
same duties fot City that would otherwise be performed by an individual holding a
position specified in City's Conflict of Interest Code under Government Code section
87302
7 3 In the event City determines that Contractor must disclose its financial interests,
Contractoi shall complete and file a Faii Political Practices Commission Form 700,
Statement of Economic Interests, with the City Clerk's office pursuant to the written
instructions provided by the City Clerk
ARTICLE 8 — GENERAL CONSIDERATIONS
8 1 In the event any action is commenced to enforce oi interpret any of the terms 01
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party
8 2 Contractor shall not assign any of the Services, except with the prior written approval of
City and in strict compliance with the terms and conditions of this Agreement Any
assignment 01 attempted assignment without such picot written consent may, in the sole
discretion of City, results in City's immediate termination of this Agreement
8 3 Contractoi is foi all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractoi Neither City not any of its agents
shall have control over the conduct of Contractor 01 Contractor's employees, except as
herein set forth Contractoi shall supply all necessary tools and instrumentalities required
to perform the Services Assigned personnel employed by Contractoi are foi its account
only, and in no event shall Contractor 01 personnel retained by it be deemed to have been
employed by City oi engaged by City for the account of, 01 on behalf of City Contractoi
shall have no authority, express 01 implied, to act on behalf of City in any capacity
whatsoever as an agent, nor shall Contractor have any authority, express oi implied, to
bind City to any obligation
4
L lcaldjmlAgreemcnts\Quinn Company Agreement NPS 2 1 doc jn
NPS 2 1 (2/26/20)
8 4 This Agreement may be terminated by City, in its sole discretton, by providing not less
than ten (10) days pilot written notice to Contractoi of City's intent to terminate If this
Agreement is terminated by City, an adjustment to Contractor's cornpensation shall be
made, but (1) no amount shall be allowed foi anticipated profit 01 unperformed Services,
and (2) any payment due Contractoi at the time of termination may be adjusted to the
extent of any additional costs to City occasioned by any default by Contractoi Upon
receipt of a termination notice, Contractoi shall immediately discontinue its provision of
the Services and, within five (5) days of the date of the termination notice, deliver 01
otherwise snake available to City, copies (in both hard copy and electronic form, where
applicable) of project related data, drawings, specifications, reports surnmai ies and such
other information and materials as inay have been accumulated by Contractoi in
performing the Services Contractoi shall be compensated on a pro -rata basis foi Services
completed up to the date of termination
8 5 Contractor shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services foi a period of three (3)
years, 01 fot any longer period required by law, from the date of final payment to
Contractor pursuant to this Agreement Such books shall be available at reasonable times
fot examination by City at the office of Contractor
8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement Except as otherwise provided fot herein, any
amendment to this Agreement shall be in writing, approved by City and signed by City
and Contractor
8 7 This Agreement shall be governed by and construed in accordance with the laws of the
State of California
8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void 01 unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remainder of this Agreement
and shall not affect, impair of invalidate the remaining sentences, clauses, paragraphs or
sections contained herein, unless to do so would deprive a Party of a material benefit of
its bargain under this Agreement
5
L 1caldjmlAgrcements\Qinnn Company Agreement NPS 2 1 doe in
NPS -2 1 (2/26/20)
IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed
in confirmation of this Agreement
CITY OF REDLANDS
By
Paul W Foster, Mayor
ATTEST
e Donaldson, City Clerk
6
L 1ca\djm\Agreements\Quinn Company Agreement NPS -2 1.doc.jn
QUINN COMPANY
c�ott Ashley,
PSSR
NPS -2 1 (2/26/20)
EXHIBIT "A"
SCOPE OF SERVICES
Contractors shall perform preventative maintenance and repair services that include, but are not
limited to, work on brakes, suspension, heat/air conditioning systems, electrical systems, minoi
engine repair, and other repairs normal and customary for routine repair of a commercial heavy
duty off-road fleet
• Ability to have a turnaround time of two (2) business days for PM services and routine
repair as a result of the PM Service Otherwise approved by Fleet Supervisoi
• The technician must include observations and explanations for any further needed repairs
and must seek approval by the Fleet Supervisoi before repairs are made
• Original Equipment Manufacturer (OEM) parts must be used
• Wolk collaboratively with staff to meet the following key components of the vehicle
maintenance program
• Comprehensive, preventative maintenance schedule
• Full utilization of standard warranty coverage
• Customer service responsiveness to maximize cost efficiencies, minimize
unscheduled repairs and down time
• A preventative Maintenance Service checklist shall be completed by the technician
and attached to the invoice submitted to the City for every vehicle serviced
PM SERVICE - OFF-ROAD HEAVY EQUIPMENT (CATERPILLAR)
INSPECTION CHECK LIST
Every 250 Service Hours or Monthly
• Axle universal Joint (rear)
• Cooling system coolant additive (DEAC)
• Differential oil level (front)
• Differential oil level (mai)
• Engine oil and filter
• Extendable stick
• Final drive oil level (front)
• Final drive oil level (reai)
• Kingpin beatings (real)
• Sideshift stabilizei wear pads
• V -belts
7
L lcaldimlAgreements\Quinn Com pan} Agreement NPS 2 1 doc in
Every 500 service hours or 3 months for machines used in severe applications
• Differential oil (rear)
Every 1000 service hours or 6 months
• Differential oil (front)
• Differential oil (real)
• Engine valve lash
• Final drive oil (front)
• Final drive oil (real)
• Rollovei protective structure (ROPS)
• Transmission magnetic screen
• Transmission oil
• Wheel bearings (front)
Every 2000 service hours or 1 year
• Engine valve lash
• Hydraulic system oil
Every 3000 service hours or 2 years
• Cooling system coolant (DEAC)
• Cooling system coolant extender
• Cooling system water temperature regulatoi
Every 6000 service hours or 4 years
• Cooling system coolant (ELC)
8
L Icaldjm\AgreementslQuinn Company Agreement NPS 2 t doejn
NPS -2 1 (2/26/20)
EXHIBIT "B"
(Price and Fee Bid)
Maintenance and Service for Heavy Duty Off -Road Equipment
ANNUAL ESTIMATES
NPS -2 1 (2/26/20)
Description Type
Estimated
Quantity
Price Per Service
TOTAL AMOUNT
(A)
(B)
(C)
(A)x(B)=(C)
1 PM Hourly Rate
200
$ 165 00
p/hour
$ 33 000 00
1C
2 Standard Repair Hourly Rate
200
$ 140 00
p/hour
$ 28,000 00
2C
3 Overtime Hourly Rate
80
$ 225 00 p/hour
$ 18 000 00 3C
4 Field Labor Rate
80
$ 165 00 p/hour
$ 13,200 00 4C
5 Emergency Call Hourly Rate
40
$ 225 00 p/hour
$ 9,000 00 5C
6 Fabrication Hourly Rate
20
$ 165 00 p/hour
$ 3 300 00 6C
Est'd Net
Cost of Parts
(A)
Subtotal
Bidder's mark-up percentage (ex
10%, 15%, 25%)
(B)
$ 104,500 00
TOTAL AMOUNT
(see Note 1)
(C)
(A) x (B) + (A) = (C)
7 Parts
$100 000
0%
$ 100 000 00
7C
GRAND TOTAL (1C) THRU
(7C)
$ 204,500 00
PARTS (discount on Parts Costs)
Name of Flat Rate Manual (if applicable) N/A
Name of Parts Price Sheet (if applicable) N/A
Note 1 Example of Calculating the Bidder's Total Amount The estimated net cost of One Hundred Thousand
Dollars ($100,000) (A) at a Bidder's mark-up percentage 5% (B), plus the estimated net cost (A), will result in a
Total Price of One Hundred Five Thousand Dollars ($105,000) (C) (($100,000 x 5%) +$105,000)
Note 2 The above quantities for labor and parts are estimates used for bid purposes The Equipment Maintenance
Division will not guarantee a minimum of labor and parts for the work
9
L lealdjmlAgrcements\Quinn Company Agreement NPS 2 1 doc,jn
NPS 2 1 (2/26/20)
EXHIBIT "C"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Every employee, except the State, shall secure the payment of compensation in one of more of
the following ways
(a) By being insured against liability to pay compensation by one or more insurers
duly authorized to write compensation insurance in this State
(b) By securing from the Director of Indust' 'al Relations, a certificate of consent to
self -insure, either as an individual employer, of as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industrial Relations of ability to self -insure and to pay any compensation that
may become due to his 01 her employees
CHECK ONE
1 am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability foe Workers' Compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such provisions
before commencing the performance of the work and activities required or permitted under this
Agreement (Labor Code §1861)
I affirm that at all times, in performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any rriannet such that 1 become subject to the
workers' compensation laws of California However, at any time, if I employ any person such
that 1 become subject to the workers' compensation laws of California, immediately I shall
provide the City with a certificate of consent to self -insure, 01 a certification of workers'
compensation insurance
1 certify under penalty of penury under the laws of the State of California that the information
and representations made in this certificate are true and correct
QUINN COMPANY
41ff •1����
Scott Ashley PSSR
10
L lcaldjmlAgreements\Quinn Company Agreement NPS 2 I docjn
Date ` 11-0
NPS 2 1 (2/26/20)
AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES
FOR EQUIPMENT AND SUPPLIES
This agreement for the provision of solid waste refuse collection truck parts
("Agreement") is made and entered in this 16th day of June, 2020 ("Effective Date"), by and
between the City of Redlands, a municipal corporation ("City") and Wastebuilt Environmental
Solutions, LLC ("Contractor") City and Contractor are sometimes individually referred to herein
as a "Party" and, together, as the "Parties " In consideration of the mutual promises contained
herein, City and Contractor agree as follows
ARTICLE 1 — ENGAGEMENT OF CONTRACTOR
1 1 Effective July 1, 2020, City hereby engages Contractor to perform solid waste refuse
collection truck parts services for City (the "Services").
1 2 The Services shall be performed by Contractor in a professional manner, and Contractor
represents that it has the skill and the professional expertise necessary to provide the
Services to City at a level of competency presently maintained by other practicing
professional Contractors in the industry providing like and similar types of Services
ARTICLE 2 — SERVICES OF CONTRACTOR
2 1 The Services that Contractor shall perform are more particularly described in Exhibit
"A," titled "Scope of Services," which is attached hereto and incorporated herein by
reference
2 2 Contractor shall comply with apphcable federal, state and local laws and regulations in
the performance of this agreement including, but not limited to, State prevailing wage
laws
ARTICLE 3 — RESPONSIBILITIES OF CITY
3 1 City shall make available to Contractor information in its possession that may assist
Contractor in performing the Services
3 2 City designates Christopher Boatman, Facilities and Community Services Director, as
City's representative with respect to performance of the Services, and such person shall
have the authority to transmit instructions, receive information, interpret and define
City's policies and decisions with respect to performance of the Services
ARTICLE 4 — PERFORMANCE OF SERVICES
4 1 The effective term of this Agreement shall be for a period of one (1) year from July 1,
2020 through June 30, 2021 (the "Initial Term") The City shall have the option to
extend the Initial Term of this Agreement by two (2) additional one-year terms (each, an
"Extended Term"), on the same terms and conditions, by providing written notice to
Contractor at least thirty (30) days prior to the expiration of the Initial Term or any
1
L 1caldjm\Agreements\Wastebwlt Environmental Solutions LLC Agreement NPS 2 1 doc.,in
NPS -2 1 (2/26/20)
Extended Term The Initial Term and the Extended Terms are collectively referred to
herein as the "Term" of this Agreement
4 2 If Contractor's Services include deliverable electronic visual presentation materials, such
materials shall be delivered m a form, and made available to the City, consistent with
City Council adopted policy for the same It shall be the obligation of Contractor to
obtain a copy of such policy from City staff
ARTICLE 5 — PAYMENTS TO CONTRACTOR
5 1 The compensation for Contractor's performance of the Services shall not exceed the
amount of One Hundred Twenty Nine Thousand Three Hundred Seventy Dollars and Ten
Cents ($129,370 10) for the Services provided during the Initial Term Should this
Agreement be extended, the compensation for Contractor's performance for the Services
shall not exceed the amount of One Hundred Twenty Nine Thousand Three Hundred
Seventy Dollars and Ten Cents ($129,370 10) for the first Extended Term, and One
Hundred Twenty Nine Thousand Three Hundred Seventy Dollars and Ten Cents
($129,370 10) for the second Extended Term, bringing the total possible amount of
compensation to a not -to -exceed amount of Three Hundred Eighty Eight Thousand One
Hundred Ten Dollars and Thirty Cents ($388,110 30) For the Initial Term and each
Extended Term, City shall pay Contractor on a time and matenals basis up to the not to
not -to -exceed amount in accordance with the rates specified in Exhibit "B," titled "Price
and Fee Bid," which is attached hereto and incorporated herein by reference
5 2 Contractor shall submit monthly invoices to City describing the Services performed
during the preceding month Contractor's invoices shall include a brief description of the
Services performed, the dates the Services were performed, the number of hours spent
and by whom, and a description of reimbursable expenses related to the Services City
shall pay Contractoi no later than thirty (30) days after receipt and approval by City of
Contractor's invoice
5 3 Any notice or other communication required, or which may be given, pursuant to this
Agreement, shall be in writmg Any such notice shall be deemed delivered (i) on the date
of delivery in person, (n) five (5) days after deposit in first class registered mail, with
return receipt requested, (iii) on the actual delivery date if deposited with an overmght
courier, or (iv) on the date sent by facsimile, if confirmed with a copy sent
contemporaneously by first class, certified, registered or express mail, in each case
properly posted and fully prepaid to the appropriate address set forth below, or such other
address as a Party may provide notice in accordance with this section
City
City Clerk
City of Redlands
35 Cajon Street
P 0 Box 3005 (mailing)
Redlands, CA 92373
jdonadlson@cityofredlands org
(909) 798-7531
Contractor
Matt Enes, Regional Operations Manager
Wastebuilt Environmental Solutions, LLC
2755 E Philadelphia Street
Ontario, CA 91764
Menes@wastebuilt coni
(909) 591-9597
(909) 590-7052
2
L Icaldjm'AgreementslWastebuilt Environtnental Solutions LLC Agreement NPS 2 1 doe jn
NPS 2 1 (2126120)
ARTICLE 6 — INSURANCE AND INDEMNIFICATION
6 1 The following insurance coverage required by this Agreement shall be maintained by
Contractor for the duration of its performance of the Services Contractor shall not
perform any Services unless and until the required insurance listed below is obtained by
Contractor Contractor shall provide City with certificates of insurance and endorsements
evidencing such insurance prior to commencement of the Services Insurance policies
shall include a provision prohibiting cancellation or modification of the policy except
upon thirty (30) days prior written notice to City
A Workers' Compensation and Employer's Liability insurance in the amount that meets
statutory requirements with an insurance carrier acceptable to City, or certification to
City that Contractor is self-insured of exempt from the workers' compensation laws
of the State of California Contractor shall execute and provide City with Exhibit "C,"
titled "Workers' Compensation Insurance Certification," which is attached hereto and
incorporated herein by this reference, pnor to performance of the Services
B Comprehensive General Liability insurance with carriers acceptable to City in the
minimum amount of One Million Dollars ($1,000,000) per occurrence and Two
Million Dollars ($2,000,000) aggregate, for public liability, property damage and
personal injury is required City shall be named as an additional insured and such
insurance shall be pnmary and non-contributing to any insurance or self-insurance
maintained by City
C Business Auto Liability coverage, with minimum limits of One Million Dollars
($1,000,000) per occurrence, combined single limit bodily injury liability and
property damage liability This coverage shall include all Contractor owned vehicles
used in connection with Contractor's provision of the Services, hired and non -owned
vehicles, and employee non -ownership vehicles City shall be named as an additional
insured and such insurance shall be pnmary and non-contributing to any insurance or
self-insurance maintained by City
6 2 Contractor shall defend, indemnify and hold harmless City and its elected officials,
employees and agents from and against any and all claims, losses or liability, including
attorneys' fees, arising from injury or death to persons or damage to property occasioned
by any negligent act or omission by, or the willful misconduct of, Contractor, or its
officers, employees and agents in performing the Services
ARTICLE 7 — CONFLICTS OF INTEREST
7 1 Contractor covenants and represents that it does not have any investment or interest in
any real property that may be the subject of this Agreement or any other source of
income, interest in real property or investment that would be affected m any manner or
degree by the performance of Contractor's Services Contractor further covenants and
represents that in the performance of its duties hereunder, no person having any such
interest shall perform any Services under this Agreement
3
L Icaldlm\Agreements\Wustebuilt Environmental Solutions LLC Agreement NPS -2 1 doc.in
NPS 2 1 (2/26/20)
7 2 Contractor agrees it is not a designated employee within the meaning of the Political
Reform Act because Contractor
A Does not make a governmental decision whether to
(i) approve a rate, rule or regulation, or adopt or enforce a City law,
(ii) issue, deny, suspend or revoke any City permit, license, application,
certification, approval, order or similar authorization or entitlement,
{iii) authorize City to enter into, modify or renew a contract,
(iv) grant City approval to a contract that requires City approval and to which
City is a party, or to the specifications for such a contract,
(v) grant City approval to a plan, design, report, study or similar item,
(vi) adopt, or grant City approval of, policies, standards or guidelines for City
or for any subdivision thereof
B Does not serve in a staff capacity with City and, in that capacity, participate in
makrng a governmental decision or otherwise perform the same or substantially the
same duties for City that would otherwise be performed by an mdividual holding a
position specified in City's Conflict of Interest Code under Government Code section
87302
7 3 In the event City determines that Contractor must disclose its financial interests,
Contractor shall complete and file a Fair Political Practices Commission Form 700,
Statement of Economic Interests, with the City Clerk's office pursuant to the wntten
instructions provided by the City Clerk
ARTICLE 8 — GENERAL CONSIDERATIONS
8 1 In the event any action is commenced to enforce or interpret any of the terms or
conditions of this Agreement the prevailing Party shall, in addition to any costs and other
relief, be entitled to the recovery of its reasonable attorneys' fees, including fees for the
use of in-house counsel by a Party
8 2 Contractor shall not assign any of the Services, except with the prior written approval of
City and in stnct compliance with the terms and conditions of this Agreement Any
assignment or attempted assignment without such pnor written consent may, in the sole
discretion of City, results in City's immediate termination of this Agreement
8 3 Contractor is for all purposes under this Agreement an independent contractor and shall
perform the Services as an independent contractor Neither City nor any of its agents
shall have control over the conduct of Contractor or Contractor's employees, except as
herein set forth Contractor shall supply all necessary tools and instrumentalities required
to perform the Services Assigned personnel employed by Contractor are for its account
only, and in no event shall Contractor or personnel retained by it be deemed to have been
employed by City or engaged by City for the account of, or on behalf of City Contractor
shall have no authonty, express or implied, to act on behalf of City in any capacity
whatsoever as an agent, nor shall Contractor have any authonty, express or implied, to
bind City to any obligation
4
L Icaldjm\Agreements\Wastelrnilt Environmental Solutions LLC Agreement NPS 2 l doe in
NPS -2 1 (2/26/20)
8 4 This Agreement may be terminated by City, in its sole discretion, by providing not less
than ten (10) days pnor written notice to Contractor of City's intent to terminate If this
Agreement is terminated by City, an adjustment to Contractor's compensation shall be
made, but (1) no amount shall be allowed for anticipated profit or unperformed Services,
and (2) any payment due Contractor at the time of termination may be adjusted to the
extent of any additional costs to City occasioned by any default by Contractor Upon
receipt of a termmation notice, Contractor shall immediately discontinue its provision of
the Services and, within five (5) days of the date of the termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) of project related data, drawings, specifications, reports, summaries and such
other information and materials as may have been accumulated by Contractor in
performing the Services Contractor shall be compensated on a pro -rata basis for Services
completed up to the date of termination
8 5 Contractor shall maintain books, ledgers, invoices, accounts and other records and
documents evidencing costs and expenses related to the Services for a period of three (3)
years, or for any longer period required by law, from the date of final payment to
Contractor pursuant to this Agreement Such books shall be available at reasonable times
for examination by City at the office of Contractor
8 6 This Agreement, including the Exhibits incorporated herein by reference, represents the
entire agreement and understanding between the Parties as to the matters contained
herein, and any prior negotiations, written proposals or verbal agreements relating to such
matters are superseded by this Agreement Except as otherwise provided for herein, any
amendment to this Agreement shall be in writing, approved by City and signed by City
and Contractor
8 7 This Agreement shall be governed by and construed in accordance with the laws of the
State of California
8 8 If one or more of the sentences, clauses, paragraphs or sections contained in this
Agreement is declared invalid, void or unenforceable by a court of competent
jurisdiction, the same shall be deemed severable from the remainder of this Agreement
and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or
sections contained herein, unless to do so would depnve a Party of a material benefit of
its bargain under this Agreement
5
L 1ca1dpn\Agreements\Wastebuilt Environmental Solutions LLC Agreement NPS 2 1 doc.an
NPS 2 1 (2/26/20)
IN WITNESS WHEREOF, duly authorized representatives of City and Contractor have signed
m confirmation of this Agreement
CITY OF REDLANDS WASTEBUILT ENVIRONMENTAL
SOLUTIONS, LLC
By
Paul W Foster, Mayor
ATTEST
e Donaldson, City Clerk
By
Matt Enes, Regional Operations
Manager
6
L Icaldjm\Agreements\Wastebudt Environmental Solutions LLC Agreement NPS -2 1.doc jn
NPS -2 1 (2/26/20)
EXHIBIT "A"
SCOPE OF SERVICES
Contractor shall supply Solid Waste Refuse Collection Truck Parts
Ordering and Delivering.
• Contractor rnust have the ability to inventory and/or source parts on short notice, often with same day or
next day required delivery times If contractor is unable to meet the required delivery date/time the Fleet
Superintendent and/or City Representative must be made aware Otherwise the City may choose to utilize
another contractor
• Contractor must be within 25 miles from City of Redlands Corporate yard located at 1270 W Park
Avenue, Redlands, CA 92373
Warranty
• Any suppliers or manufacturers standard warranty coverage must be extended to the City of Redlands
7
L 1caldpnlAgrcementslWastebuilt Environmental Solutions LLC Agreement NPS 2 1 doc jn
NPS 2 1 (2/26/20)
EXHIBIT "B"
PRICE AND FEE BID
SOLID WASTE REFUSE COLLECTION TRUCK PARTS
A. BASE BID — SOLID WASTE REFUSE COLLECTION TRUCK PARTS
Item
No.
Brief Description
*A
Quantity
f3
Unit Price
*C
Total Price in
Figures
Al
545 436-008 Seal Kit Valve Section (Mfg Wayne)
25
$7 69/EA
$192 25
A2
32524 02 -AB — Wire Harness Arm To Prox CT (Mfg Wayne)
20
$99 76/SF
$1,995.20
A3
341 012-024 — Converter 12V to 24V (Mfg Wayne)
25
$200 36/SF
$5,009 00
A4
545-436 006 — Air Actuator (Mfg Wayne)
50
$195 98/EA
$9,799 00
A5
32228 02 -OB — Harness Arm (Mfg Wayne)
20
$533 99/EA
$10,679 80
A6
341 002 016 — Terminal Remote Output 24V160 (Mfg Wayne)
20
$745 21/EA
$14,904 20
A7
341 001 016 — Remote Terminal (Mfg Wayne)
20
$486 00/EA
$9,720 00
A8
32145 02 AD — Lower Arm Weldment 62 114 (Mfg Wayne)
15
$4304 03/EA
$64,560 45
A9
485 018 000 — Washer (Mfg Wayne)
100
$1 90/EA
$190 00
Al0
32158 00 OA — Tie Plate (Mfg Wayne)
50
$80 71/EA
$4,035 50
Al 1
445 024 009 — Castle Nut (Mfg Wayne)
50
$8 82/EA
$441 00
Al 2
109 032 000 -- Cone Bearing (Mfg Wayne)
100
$14 56/EA
$1,456 00
Al 3
P254 -- Linkage Double Top (Mfg Heil)
50
$73 45/EA
$3,672.50
A14
P257 — Pin (Mfg Heil)
10
$13 82/EA
$138 20
A15
031-6375 004 — Solenoid Valve NO COIL (Mfg Hell)
10
$110 00/EA
$1,100 00
A16
014 1847 -- Rubber Pad (Mfg Heil)
20
$10.631EA
$212 60
A17
022 3872 — Shaft Seal 2'A IN (Mfg Heil)
20
$9 52/EA
$190.40
Al 8
040 2664 — Collar (Mfg Heil)
10
$60 50/EA
$605 00
8
L 1caldjmlAgreements\Wastebuilt Environmental Solutions LLC Agreement NPS 2 1 doe jn
NPS -2 1 (2/26/20)
A19
P253 — Linkage Double Bottom (Mfg Heil)
10
$46 901EA
$469 00
*"A" x "B" = "C" TOTAL BID PRICE
$129,37010
9
L Ica\dim\Agreements\Wastebudt Environmental Solutions LLC Agreement NPS 2 1 doa jn
NPS 2 1 (2/26/20)
EXHIBIT "C"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Every employer, except the State, shall secure the payment of compensation in one or more of
the following ways
(a)
(b)
CHECK ONE
By being insured agamst liability to pay compensation by one or more insurers
duly authorized to wnte compensation insurance in this State
By securing from the Director of Industnal Relations, a certificate of consent to
self -insure, either as an individual employer, or as one employer in a group of
employers, which may be given upon furnishing proof satisfactory to the Director
of Industnal Relations of ability to self -insure and to pay any compensation that
may become due to his or her employees
I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or to undertake self-
insurance m accordance with the provisions of that Code, and I will comply with such provisions
before commencing the performance of the work and activities required or permitted under this
Agreement (Labor Code §1861)
I affirm that at all times, in performing the work and activities required or permitted under
this Agreement, I shall not employ any person in any manner such that I become subject to the
workers' compensation laws of California However, at any time, if I employ any person such
that I become subject to the workers' compensation laws of California, immediately I shall
provide the City with a certificate of consent to self -insure, or a certification of workers'
compensation insurance
I certify under penalty of perjury under the laws of the State of California that the information
and representations made in this certificate are true and correct
WASTEBUILT ENVIRONMENTAL
SOLUTIONS, LLC
By. •-1(Y1 1.,...
Matt Enes, Regional Operations Manager
Date
10
L 1caldjm\AgreementslWastebuilt Environmental Solutions LLC Agreement NPS -2 1.doc.jn